Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2009 FBO #2897
SOLICITATION NOTICE

V -- Family Strong Bonds Retreat from 6-8 November 2009, Concord, NC

Notice Date
10/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Fort Bragg Contracting Center, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124710T0006
 
Response Due
11/2/2009
 
Archive Date
1/1/2010
 
Point of Contact
Claudetta Smith, 910-643-7221
 
E-Mail Address
Fort Bragg Contracting Center
(claudetta.smith@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. (ii)This Solicitation document W91247-10-T-0006 is issued as a Request for Quote (RFQ) Strong Bonds Retreat, 6-8 Nov 09, Concord, NC for 2-325, 2BCT, 82ND ABN. (iii)This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-37 Effective October 14, 2009. (iv)This requirement will be unrestricted and only qualified offerors may submit quotes. This solicitation is issued under FAR PART 13-Simplified Acquisition Procedures. This requirement is to provide lodging rooms, meals, conference rooms, parking spaces and audio/visual equipment capable of accommodating 178 participants (124 adults and 58 children) in Concord, NC. The North American Industry Classification System (NAICS) code is 721110 (Hotels (except Casino Hotels) and Motels), size standard is $7.0 million. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. Interested persons may identify their interest and capabilities to respond to the requirements. (v)A detailed Scope of Work is provided below. SCOPE OF WORK FOR RETREAT 2-325 Family Strong Bonds Retreat Concord, NC. Host Chaplain will be: CH (CPT) Barfield Check In Date: 6 Nov 2009 Time In: 4:00 PM Check Out Date: 8 Nov 2009 Check Out Time: 1:00 PM Number of Rooms: 61Type of Rooms: Family Suites King/Queen size beds 120 adults and 58 Children Total Rooms During Stay: 122 1.One Adult Conference Room, Dates, and Times Needed: a.6 Nov 2009 from 12:00 PM to 9:00 PM b.8 Nov 2009 from 9:00AM to 11:00 AM c.Cushion Chairs for 120 participants d.Hotel personnel will set up and break down conference room 2.Refreshment for Adult Conference Room Dates, and Times Needed: a.6 Nov 2009 from 12:00 PM to 4:00 PM b.8 Nov 2009 from 8:00AM to 11:00 AM c.Refreshments need to accommodate 120 participants for each time given d.Hotel personnel will set up and clean up 3.Children and Youth Conference Rooms for 58 children, Dates, and Times Needed: (2) rooms will be needed a.6 Nov 2009 from 12:00 PM to 9:00 PM b.7 Nov 2009 from 5:30PM to 10:00 PM c.8 Nov 2009 from 8:00AM to 11:00 AM d.Cribs for Baby room e.Hotel personnel to set up and break down conference room 4.Refreshment for Children Conference Rooms Dates, and Times Needed: a.6 Nov 2009 from 12:00 PM to 9:00 PM b.7 Nov 2009 from 5:30PM to 10:00 PM c.8 Nov 2009 from 8:00AM to 11:00 AM d.Hotel personnel to set up and clean 5.One Adult conference room Audio Visual Equipment Needed be Specific: a.Three (3) six-foot tables b.One (1) podium c.One (1) projector screen d.One (1) sound system with two (2) wireless microphones e.One (1) proxima/projector (must be able to support input from laptop computer and a DVD player f.One (1) DVD player (must be connected to proxima and sound system) g.Appropriate extension cords/cables for all A/V equipment h.Hotel personnel to set up and break down equipment 6.Children and Youth Conference Room Audio Visual Equipment a.Television (30 inches or greater) b.DVD/VCR player connected to television 7.Total Number of Adult Dinner Buffet During Stay: 240 a.6 Nov 2009 at 5:00-6:30pm 120 Adults b.7 Nov 2009 at 5:00-6:30pm 120 Adults 8.Total Number of Child Dinner Buffet During Stay: 88 a.6 Nov 2009 at 5:00-6:30pm 44 Children b.7 Nov 2009 at 5:00-6:30pm 44 Children 9.Total Number of Adult Breakfast Buffet During Stay: 240 a.7 Nov 2009 at 6:30AM-8:00AM 120 Adults b.8 Nov 2009 at 6:30AM-8:00AM 120 Adults 10.Total Number of Child Breakfast Buffet During Stay: 88 a.7 Nov 2009 at 6:30AM-8:00AM 44 Children b.8 Nov 2009 at 6:30AM-8:00AM 44 Children (vi)This requirement is for delivery FOB (Destination) to the 2-325, 2BCT, 82ND ABN, Fort Bragg, NC. (vii)The following provisions apply to this acquisition: FAR 52.212-1, Instruction to Offerors Commercial Items, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (website provided http://farsite.hill.af.mil). (viii)52.212-2, Evaluation Commercial Items. The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and the ability to meet all of the solicitation requirements. (ix)FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFAR 252.225-7000 Buy American-Act Balance of Payments Program Certificate. (x)The following clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration, FAR 52.212-4 Contract Terms and Conditions Commercial Items, Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. (xi)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, Incorporated by Full Text (website provided http://farsite.hill.af.mil) : Applicable clauses under FAR 52.212-5: 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-50 Combating Trafficking in Persons, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. (xii)FAR 52.252-2 Clauses Incorporated by Full Text (website provided http://farsite.hill.af.mil). Applicable DFARS clauses: DFARS 252.204-7004 Central Contractor Registration Alternate A, DFARS 252.211-7003 Item Identification Valuation, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following DFARS clause is considered checked and is applicable to this acquisition: DFARS 252.232-7003 Electronic Submissions of Payment Requests. Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFAR 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payments. 5152.209-4000 DoD Level Antiterrorism (AT) Standards, (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. 5152.233-4000, AMC-Level Protest Program (Nov 2008), If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (xiii)Submission of proposals shall be forwarded by Monday, November 2, 2009, 10:00 AM Est. (xiv)Submit signed and dated offers to Francesca L. Hemphill via email to: francesca.letizia.hemphill@us.army.mil on or before the exact time specified in this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6a688f1b21a76db47183925e05f55a79)
 
Place of Performance
Address: Mission & Installation Contracting Command (MICC) Center Directorate of Contracting, ATTN: CCMI-RCB, 2175 Reily Road Stop A Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN01994057-W 20091030/091028235644-6a688f1b21a76db47183925e05f55a79 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.