SOLICITATION NOTICE
X -- Couples Retreat 26-28 FEB 10 w/ Licensed Child-Care
- Notice Date
- 2/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Fort Carson DOC, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ-10-T-0076
- Response Due
- 2/25/2010
- Archive Date
- 4/26/2010
- Point of Contact
- Nicholas C. Moses, 719-526-4051
- E-Mail Address
-
Fort Carson DOC
(nicholas.moses@conus.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. 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. Solicitation Number W911RZ-10-T-0076. Fort Carson intends to award a Firm-Fixed-Price Contract for lodging, meals and conference services at a resort location in a rural area no less than 125 and no greater than 200 miles from Fort Carson and be within a 15 minute drive from seasonal outdoor recreational activities. The North American Industrial Classification System (NAICS) code for this procurement is 721110. This solicitation will end on 25 February 2010, 9:00 a.m. Mountain Time. Quotes received after this time will not be considered. The total proposed price shall be all inclusive; (Include parking, surcharges, and resort fees). The period of performance is 26-28 February 2010. Individual room charges are the responsibility of the individual(s) occupying the room. STATEMENT OF WORK 1. SCOPE OF WORK. The period of performance for this retreat is 26-28 February 2010. There will be 24 families (48 adults and 27 children) attending. The contractor is responsible for providing all necessary materials to assist in the performance of the conference to include room set-up, room tear down, and audio visual hook ups. Services to be provided shall include: a. An off-site location that is located no less than 125 and no greater than 200 miles from Fort Carson and be within a 15 minute drive from seasonal outdoor recreational activities. Lodging shall be within 300 feet of the main conference location and shall be able to accommodate all requirements in the Statement of Work on site. b. Checkout shall be no sooner than 12:00 p.m on 28 FEB 2010. The contractor shall provide 24 lodging rooms with private bathroom, telephone and television set. The room shall have a queen-sized bed or larger for the couples and beds (or sofa beds) for the children. (5 ea.) rooms shall be able to accommodate no less than 2 adults and 4 children; (10 ea. ) rooms shall accommodate no less than 2 adults and 2 children; and (9 ea.) rooms shall accommodate 2 adults. 1 of 24 rooms shall be available for advance arrival of personnel at 4:00 p.m 25 February 2010 to set-up government provided equipment. c. The vendor shall provide one conference room for training on Friday, 26 February (2:30 - 6:30 p.m.); Saturday, 27 February (6:00 p.m. 9:15 p.m.) and Sunday, 28 February (9:00 a.m. 12:00 p.m.). The room shall be furnished with 8 person round tables, chairs, and podium with microphone, sound system, projector screen large enough to be viewed from within the room, and DVD capability. The room shall accommodate no less than 50 adults with additional space for beverage/break service. The vendor shall provide two additional 6 ft. tables for additional training materials. Conference room shall have air-conditioning and heating capability for climate control. The vendor shall provide computer connectivity with audio and video capability for Government-provided computers. d. The vendor shall provide at least two separate (conference) rooms located in the same building as the meeting conference room to accommodate childcare services for 27 children. This room will be conducive to setting up children's activities. e. Audio/visual equipment package to include a DVD player, projector, and projection screen that is large enough for everyone in the room to view comfortably. The projection system shall be able to adapt to a Government supplied computer for projecting information to be viewed by all attendees. The audio system shall have the capability of projecting sound from Government supplied computer. There shall be one microphone at the podium and an additional wireless microphone in the conference room for the facilitator. f. The vendor shall provide coffee break and service throughout the training sessions. The coffee shall be hot and filled as necessary. The break and beverage service shall be set up in the same conference room as the training. g. A buffet breakfast meal that is served to all participants in the facilitys dining area separate from the conference room on Saturday and Sunday. Breakfast shall be served buffet style with eggs, pancakes or waffles, sausage, bacon or ham, bread or muffins, fruit, fruit juice, and various beverage choices from 7:00-8:30 am on 27 & 28 FEB. h. A buffet lunch served Saturday and Sunday to all participants in the facilitys dining area separate from the conference room. Lunch shall be served buffet style with two entrees, two side dishes, bread, dessert, and various beverage choices from 12:00 - 1:00 p.m. i. A buffet dinner meal served 6:00 7:00 p.m Friday and 5:00 6: 00 p.m. Saturday to all participants in the facilitys dining area separate from the conference room. Dinner shall be served buffet style with two entrees, two side dishes, bread, dessert, and various beverage choices. j. The vendor shall provide childcare services by licensed childcare providers. The childcare providers shall be licensed through the state of Colorado. Childcare services are required on Friday, 26 February, 2:00 6:15 p.m. Saturday, 27 February (5:45 9:30 p.m.) and Sunday, the 20th (8:45-12:15). i.The ages of the children are as follows: Ages 0-2: 9 Ages 3-5: 8 Ages 6-9: 6 Ages 10-12: 4 The following provisions and clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items) Clauses: 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-50 (Combat Trafficking in Persons), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration), 52.252-2 (Clauses Incorporated by Reference), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.232-7003 (Electronic Submission of Payment Requests), 252-225-7002 (Qualifying Sources as Subcontractors) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation is the lowest price. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All responses must be received by 9:00 a.m. Mountain Time on 25 February 2009. Quotes received after this time will not be considered. Quotes must be e-mailed to nicholas.moses@us.army.mil. An official authorized to bind your company shall sign the quote. The food and beverage menus shall be included in your quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ebce48f755cc97267ef893a80c1c8b4b)
- Place of Performance
- Address: Fort Carson DOC Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Zip Code: 80913-5198
- Record
- SN02071931-W 20100225/100223234333-ebce48f755cc97267ef893a80c1c8b4b (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 |