Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
SOLICITATION NOTICE

X -- Reintegration Training

Notice Date
2/28/2011
 
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-11-T-0073
 
Response Due
3/3/2011
 
Archive Date
5/2/2011
 
Point of Contact
Dorothy F. Bell, 719-526-2682
 
E-Mail Address
Fort Carson DOC
(dorothy.f.bell@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. This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number W911RZ-11-T-0073 in accordance with FAR Parts 12 and 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49, effective 24 January 2011. The North American Industrial Classification System (NAICS) number is 721110 and the business size standard is $7 million. The proposed acquisition is unrestricted. Contractor Requirements: The vendor shall be located within a 10 mile radius of Fort Carson, Colorado. The conference space must be reserved for twenty-three (23) days. The period of performance will be from 9 March - 8 April 2011 (Monday through Friday only). Saturdays and Sundays are not required. Rooms need to be cleaned and set up by 07:30 a.m. each day morning. The training is scheduled to begin at 0900 and ends at 1300 daily. LINE ITEM/DESCRIPTION: CLIN 0001QUANTITY 3 Each Three (3) General Session Rooms accommodating up to 400 people and including theater style seating. Each room shall have two (2) skirted tables for audio/visual set up and one (1) skirted table for set up of water pitchers and cups. Rooms to be cleaned and set up every morning no later than 0730. Unit Price_________________Total Price__________________ CLIN 0002QUANTITY 3 Each Audio/visual equipment for the three (3) General Session rooms. To include, two (2) large projection screens, two (2) projectors and one (1) VGA extender to facilitate both projectors. It will also have one (1) podium and one (1) handheld microphone with stand. Each room shall have laptop computer audio tie-in to a PA system. The vendor shall provide computer connectivity with audio and video capability. Unit Price_________________Total Price__________________ CLIN 0003QUANTITY5 Each Five (5) Breakout Training Rooms to accommodate up to 81 personnel per room. Each room will be set up for theater style seating and have one (1) skirted table for set up of water pitchers and cups. These rooms are required to be cleaned and set up every morning no later than 0800. Unit Price_________________Total Price__________________ CLIN 0004QUANTITY5 Each Audio/visual equipment for the five (5) Breakout Training Rooms. These packages will include one (1) large projection screen, one (1) podium with microphone, extension cords (20' minimum), one (1) power strip and the sound equipment able to support the microphones and projection screen. The vendor shall provide computer connectivity with audio and video capability. Unit Price_________________Total Price__________________ CLIN 0005QUANTITY1 Each One (1) Admin Room to provide a separate, secure, 24-hour accessible administration room in order to accommodate 4 personnel and equipment. Unit Price_________________Total Price__________________ CLIN 0006QUANTITY1 Each One (1) Registration Area with two (2) skirted 6 to 8 foot tables with four (4) chairs in the main lobby or other highly visible area for registration purposes. Unit Price_________________Total Price__________________ CLIN 0007QUANTITY 1 Each One (1) Information Display Area. The vendor shall provide four (4) skirted tables in a high visibility area for handouts and displays. Unit Price_________________Total Price__________________ CLIN 0008QUANTITY 2 Each Two (2) Child Watch Areas. The vendor shall provide two (2) separate rooms that can hold up to 50 children, one (1) room for 0-4 years and the second room for 5-12 years. Vendor shall provide TV/DVD-VCR per room for children videos. Room should be cleaned and set up by 0730 every day. Unit Price_________________Total Price__________________ Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation Amendments (if any), multiple awards may be issued. The provisions at 52.212-2, Evaluation--Commercial Items apply to this acquisition. The Government will award a purchase order resulting from this solicitation to the responsive responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of technically acceptable offeror, delivery date (availability of conference space and room) and lowest evaluated price which meets or exceeds the requirement. 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. INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil: 52.212-4 Contract Terms and Conditions-Commercial Items: The provision of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders -Commercial Items (July 2010) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.222-3, Convict Labor, 52.222-19, Child Labor, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C 3332). 52.209-4, First Article Approval Government Testing; 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 52.203-3, Gratuities; 252.232-7003, Electronic Submission of Payment Requests and 252.225-700, Buy American Act and Balance of Payment Program. Offers must be received NLT 2:00 PM Mountain Standard Time, 3 March 2011, at Mission and Installation Contracting Command, ATTN: CCMI-CAR, 1676 Evans Street, Bldg 1220, 3RD Floor, Fort Carson, CO 80913-5198. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Please submit quotes via e-mail to the dorothy.f.belll@us.army.mil or fax TO: Dorothy Bell, Contracting Officer (719) 526-5333. Questions concerning this solicitation should be addressed to Dorothy Bell Contracting Officer, and e-mailed to dorothy.f.bell@us.army.mil. All questions or inquires must be submitted in writing no later than 2 March 2011; 10:00 a.m. Mountain Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f4f481f9ddf8145a4765944c6cd3c578)
 
Place of Performance
Address: Fort Carson DOC Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02388742-W 20110302/110228233938-f4f481f9ddf8145a4765944c6cd3c578 (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.