SOLICITATION NOTICE
U -- 3rd SFG is requesting a Strong Bonds Couples Retreat in Williamsburg, VA on 20-22 February 2009
- Notice Date
- 2/6/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bragg, ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W9124709T0172
- Response Due
- 2/13/2009
- Archive Date
- 4/14/2009
- Point of Contact
- Claudetta Smith, 910-643-7221<br />
- Small Business Set-Aside
- N/A
- Description
- (i) 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. (ii)Solicitation W91247-09-T-0172 is issued as a Request for Quotation (RFQ). (iii)This Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18, effective 1 July, 2008. (iv)This requirement is unrestricted and only qualified offerors may submit offers. This solicitation is issued under FAR PART 13-Simplified Acquisition Procedures. This requirement is to provide modern, clean and carpeted lodging rooms, meals, conferencing and AV equipment capable of accommodating 142 Adults and 60 Children in Williamsburg, VA. The North American Industry Classification System (NAICS) code is 721110, size standard is $6.5 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) CLIN 0001: The contractor shall provide seventy one (71) rooms, each clean, carpeted room for two nights. Type of Room: Double Occupancy. Check In Date: 20 February 2009, Time In: 12:00 pm, Check Out Date: 22 February 2009. Check Out Time: 1:00 pm, all rooms to be located in the same complex, and will be Non Smoking Rooms. CLIN 0002: The contractor shall provide adult conference room for one hundred forty two (142) participants set up amphitheater/classroom style. Three (3) six foot tables will be needed. Meeting Space will be needed on 20 Feb 2009 from 6:00 PM to 8:00 PM, 21 Feb 2009 from 8:00AM to 12:00PM and 22 February 8:00AM 12:00 Noon. CLIN 0003: The contractor shall provide Adult refreshments for Conference room dates. CLIN 0004: The contractor shall provide Audio Visual equipment that includes a one podium (1), one (1) projector screen, one (1) projector, one (1) sound system with two (2) wireless mics and appropriate extension cords/cables for A/V equipment. (customer will provide laptop). CLIN 0005: The contractor shall provide Children conference rooms to accommodate sixty (60) children on 20 Feb 2009 from 6:00 PM to 8:00 PM, 21 Feb 2009 from 8:00AM to 12:00PM and 5:00PM to 9:00PM and 22 February 8:00AM 12:00 Noon. One room may be partitioned to accommodate toddler children. CLIN 0006: The contractor shall provide refreshments for sixty (60) children for Conference room dates. CLIN 0007: The contractor shall provide A/V Equipment for children conference room to include two (2) televisions 30 or greater per room and two (2) DVD/VCR player connected to televisions per room to accommodate sixty (60) children. CLIN 0008: The contractor shall provide Adult dinners for one hundred forty two (142) adults on 20 February 2009 between 5:00 PM - 6:00 PM and on 21 February 2009 5:00 PM - 6:00 PM. CLIN 0009: The contractor shall provide Children dinners for sixty (60) children on 20 February 2009 between 5:00 PM - 6:00 PM and on 21 February 2009 5:00 PM - 6:00 PM. CLIN 0010: The contractor shall provide Adult Breakfast for one hundred forty two (142) Adults on 21 February 2009 and 12 February 2009 at 7:00 AM - 8:00 AM. CLIN 0011: The contractor shall provide Children Breakfast for sixty (60) children on 21 February 2009 and 22 February 2009 at 7:00 AM - 8:00 AM. (vi) Performance Work Statement 3rd SFG (A) Strong Bonds Training for 20-22 FEB 2009 Purchase Request Number: W81KYM 9023 B002 1.Total # of rooms: 71 71 double Check In Date: 20 Feb 09 Check in Time: 12:00 PM (noon) 5:00 PM Check Out Date: 22 Feb 09 Check Out Time: 1:00 PM Total $______________ 2.Adult Conference Rooms on Premises, Dates, and Times Needed: a.20 Feb 09 from 6:00 PM to 8:00 PM b.21 Feb 09 from 8:00AM to 12:00 PM (noon) c.22 Feb 09 from 8:00 AM to 12:00 PM (noon) d.1 large conf rm, amphitheater/classroom style to accommodate 142 Adults e.Hotel personnel to set up and break down conference room Total $_______________ 3.Refreshment for Conference Room Dates, Items and Times Needed: a.Same as above b.Coffee, Water, Ice Tea, Juice, Assorted Fruit Trays, and Pastries (142 people) c.Hotel personnel to set up and clean Total $_____________ 4.Adult conference room Audio Visual Equipment Needed be Specific: a.Three (3) six-foot tables b.One (1) podium c.One (1) projector d.One (1) projector screen e.One (1) sound system with two (2) wireless microphones f.One (1) DVD player g.Appropriate extension cords/cables for all A/V equipment (customer to provide laptop ) h.Hotel personnel to set up and break down equipment Total $________ 5.Child Conference Room Refreshments Dates and Times: a.Two Rooms for Friday, 20 Feb 2009 between 6:00pm-8:00pm. b.Two Rooms for Saturday, 21 Feb 2009 between 8:00am-12:00pm (noon) & 5:00pm 9:00pm. c.Two Rooms for Sunday, 22 Feb 2009 between 9:00am-1200pm. d.There will be sixty (60) children e.Rooms must be split to handle appropriate age groups - Suggested split: i.0-12 mos. ii.1-3 yrs. iii.4-12 yrs. f.One room may be partitioned temporarily to accommodate the toddler and below ages. Total $_________ 6. Children conference room Audio Visual Equipment Needed be Specific: a.2x TV (30 or greater) Per Rm b.2x DVD/VCR player connected to TVs Per Rm Total $_________ 7.Total Number of Adult Dinner Buffet During Stay: 284 a.20 FEB 5:00-6:00 PM, 142 Meals b.21 FEB 5:00-6:00 PM, 142 Meals Total $_____________ 8.Total Number of Child Dinner Buffet During Stay: 120 (estimate) a.20 FEB 5:00-6:00 PM, 60 Meals b.21 FEB 5:00-6:00 PM, 60 Meals Total $_________ 9.Total Number of Adult Lunch Buffet During Stay: 142 a.21 FEB 12:00-1:00 PM, 142 Meals Total $_________ 10.Total Number of Child Lunch Buffet During Stay: 60 a.21 FEB 12:00-1:00 PM, 60 Meals Total $___________ 11.Total Number of Adult Breakfast Buffet During Stay: 284 a.21 FEB 7:00-8:00 AM, 142 Meals b.22 FEB 7:00-8:00 AM, 142 Meals Total $___________ 12.Total Number of Child Breakfast Buffet During Stay: 120 (estimate) a.21 FEB 8:00-9:00 PM, 60 Meals b.22 FEB 8:00-9:00 PM, 60 Meals Total $__________ 13. Special Needs: Free, on-site parking for up to seventy one (71) vehicles for the duration of the retreat Quote Total Cost $________________ Vendor Information: Business Name: ______________ POC: ________________ TAX ID#____________________________DUNS#____________________________ County your business is located in: ____________________________ (vii)This requirement is for delivery FOB (Destination) to Fort Bragg, NC. The Period of Performance for this requirement is 20 February 22 February 2009. (viii)FAR 52.212-1, Instructions to Offerors, Commercial Items. Offeror prices shall be submitted on the Schedule of Supplies and Services listed at item (vi) Performance Work Statement (PWS). (ix)FAR 52.212-2, Evaluation, Commercial Items. Lowest price determined fair and reasonable. The Government intends to award a contract to the responsible offeror who offers the lowest reasonable price. (x) The provisions at 52.212-3, Offeror Representations and Certifications Commercial Items, apply to this solicitation. DFARS 252.212-7000, Offeror Representations and Certifications. Commercial Items, are applicable to this requirement. Offerors shall include a completed copy of the aforementioned Representations and Certifications with quote. (xi) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii)The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: (16), (18-20), and (33). (xiii)The clause at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. The following sub-paragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition: DFARS 252.232-7003 Electronic Submissions of Payment Requests. Additionally the following clauses and provisions are added to this combined synopsis/solicitation and considered applicable to this acquisition: 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 (Alt A), Central Contractor Registration; and 252.225-7000, Buy American Act--Balance of Payments Program Certificate. Award can only be made to contractors registered in the Central Contractor Registration web page, http://www.ccr.gov. (xiv)The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv)There are no Numbered Notes that apply to this acquisition. (xvi)Quotation submission shall be forwarded by Friday 13 February 2009, 12 Noon Local Eastern Standard Time, via e-mail Nikki Smith at claudetta.smith@conus.army.mil or by fax 910-396-7872. (xvii)The assigned Contract Specialist is Ms. Nikki Smith, and can be reached at claudetta.smith@conus.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=15abf6b87f9b2e44a2d609c524cf78fa&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC<br />
- Zip Code: 28310-5000<br />
- Zip Code: 28310-5000<br />
- Record
- SN01745987-W 20090208/090206220434-15abf6b87f9b2e44a2d609c524cf78fa (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 |