Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
MODIFICATION

X -- Colorado National Guard Yellow Ribbon Retreat

Notice Date
12/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for Colorado, ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, CO 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
W912LC-10-T-0012
 
Response Due
1/15/2010
 
Archive Date
3/16/2010
 
Point of Contact
Camelia Vasquez-Marshall, Phone: 7208478675
 
E-Mail Address
c.vasquezmarshall@us.army.mil
(c.vasquezmarshall@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number W912LC-10-T-0012. The solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 (12 Jun 2008) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20080721. It is the offerors responsibility to be familiar with the applicable clauses and provisions. This acquisition is for the purchase of the following service contract. The Colorado Army National is looking for property that is a full service resort environment located in the mountains west of the Denver Metro area to host their Yellow Ribbon Reintegration Retreat April 23-25, 2010. The Colorado Army National Guard intends to award a Firm-Fixed-Price Contract for lodging, meals and conference services. The North American Industrial Classification System (NAICS) code for this procurement is 721110. This solicitation will end on 15 January 2010, 9:00 a.m. Mountain Time. Quotes received after this time will not be considered. General requirements; 1. Conference/meeting space for approximately 160 adults, banquet style in rounds/half rounds of 6 and 8 depending on event. 2. 8 private meeting rooms for 15-20 adults each. (Sat) 3. 3 rooms (non-hotel) for childcare/ youth activities (15 children each) (Sat and Sun) 4. AV support to include LCD projector with remote and sound system with wireless microphones (2) for main meeting room and one of the private meeting rooms. Wiring and patches to incorporate laptop in sound system. Two white screens for the LCD projectors. 5. Restaurant and full service bar on premise. 6. 7-9 banquet (6 rectangular) tables with linens in common area just outside main meeting area for static vender displays with power outlets as needed. (Sat and Sun) Daily requirements; Friday, April 23, 2010 1. Hotel accommodations, approximately 85 master billed and 20-25 individually billed rooms at or below the government per-diem rate to include parking fees. 2. Lobby space for 3 tables and signs to accommodate group check in from 6:00 to 9:00PM. Saturday, April 24, 2010 1. Hotel accommodations, approximately 77 master billed and 15-20 individually billed rooms at or below the government per-diem rate to include parking fees. 2. Breakfast buffet for approximately 185, full breakfast at or below the government per-diem rate to include all gratuity and service fees. 3. Main meeting/banquet room for approximately 160 with self service coffee and cold beverages (9-11AM) available from 8:00AM to 4:00PM set as rounds for 6-8 with linens. This room will require AV support, 1 LCD projector with white screen, sound system with patches to laptop and 2 wireless microphones and 1 handheld microphone. 4. 8 breakout rooms, seating for 15-20, no AV requirements available from 10:00AM to 12 noon. 5. 3 rooms for youth/child activities (number TBD) available from 8:00AM to 9:00PM. Details to be discussed and finalized with state youth director as numbers are known. 6. Main room or banquet room for 145 adults, to be set up for dinner event from 5:30 to 9:00PM, rounds seating 8 with linens and 2 material tables with linens in front of room to use as needed for event/displays/awards. No AV requirements. One cash bar required at back of room. Dinner meal (including a salad, main course with bread and desert) to be provided (buffet or served) for approximately 65-70 at or below the government per-diem meal rate to include gratuity and service fees. 7. Dinner meal for youth (approximately 40-45) in youth rooms. Generally its a childs or simple meal i.e. chicken fingers, hamburger, fries with drinks and cookies. Sunday, April 25, 2010 1. Breakfast buffet for approximately 180, full breakfast at or below the government meal per-diem rate to include all gratuity and service fees. 2. Additional room set theater style for approximately 45 for chapel service 0730-0830AM. 3. Main meeting room to be set up for 160 with half rounds seating 6-8 with linens available from 8:00AM to 1:00PM with AV as listed in general requirements. Self serve coffee and cold beverage service from 9:00 to 11:00AM. 4. Additional meeting room theater style for approximately 45. This room will require AV support, 1 LCD projector with white screen, sound system with patches to laptop and 1 wireless microphone available from 9:00 to 11:00AM. 5. 3 rooms for youth/child activities available from 8:00AM to 12:30PM. 6. Room check out to be extended to 1:00PM The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLINS: 0001 Lodging 0002 Conference/Meeting Space 0003 Freedom Salute Dinner 0004 Breakfast 0005 Audio/visual & support 0006 Dinner for Children/Youth The Government will man an award to the lowest priced, responsible contractor whose quote confirms to the solicitation and the Performance Work Statement (PWS). The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Items (Nov 2007) and 52.215-5, Facsimile Proposals (Oct 1997) applies to this acquisition. Submit signed and dated quotes on company letterhead. The contractor must be registered in the Central Contractor Registration database. Offerors must be registered in the Online Representations and Certifications system at http://orca.bpn.gov. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The following FAR clauses 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) is incorporated into this RFQ and is amended to add the following FAR clauses: 52.204-7 Central Contractor Registration (Jul 2006), 52.252-2, Clauses Incorporated by Reference (Feb 1998), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2008). The following additional FAR Clauses are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003);52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). The following DFARS clauses apply 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Mar 2008) specifically the following clauses under paragraphs (a) and (b) are applicable; 252.204-7004, Alternate A (Sep 2007). This contract incorporates one or more clauses by reference, with the same force and effects as if they were given in full text. Upon request, the contracting Officer will make their full text available. Also, the full test of a clause may be accessed electronically by these addresses: www.farsite.hill.af.mil or www.arnet.gov/far. The following additional clauses are also incorporated into this solicitation DFAR 252.204-7004 Alt A, Required Central Contractor Registration (Sep 2007); A due date for offers will be 9 a.m., Mountain Standard Time, 15 January 2010. Offers will only be accepted by email cvasquezmarshall@us.army.mil. Reference the Solicitation number W912LC-10-T-0012. Please email questions/comments to Camelia at the above email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-10-T-0012/listing.html)
 
Place of Performance
Address: USPFO for Colorado ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005 Aurora CO
Zip Code: 80011-9511
 
Record
SN02026082-W 20091219/091217234533-c052c0fa0e42f70b8867b013f67b5a20 (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.