SOLICITATION NOTICE
X -- Conference services and lodging at a resort location within 160 miles of Fort Carson, CO
- Notice Date
- 2/19/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ09T0101
- Response Due
- 3/12/2009
- Archive Date
- 5/11/2009
- Point of Contact
- franklinaw, 719-526-0813<br />
- 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. Fort Carson intends to award a Firm-Fixed-Price Contract for conference services at a mountain resort location. The North American Industrial Classification System (NAICS) code for this procurement is 721110. This solicitation will end on 12 March 2009, 12:00 p.m. Mountain Time. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN 0001 Total Lodging _________ CLIN 0002 Total Food and Beverage Charges _________ CLIN 0003 Total Childcare Charges __________ CLIN 0004 Total Audio Visual___________ Total: __________ Statement of Work The total proposed price shall be all inclusive. (Include any incidental charges, i.e. parking, surcharges, etc.) The period of performance is 23-27 April 2009. 1.The maximum numbers for this retreat are as follows: 26 adults and 20 Children, ages newborn to 16 years old. The quantities and charges shall not exceed what is authorized and specified in the contract and associated CLINs. 2.The vendor shall provide 14 sleeping rooms as follows: a.12 rooms 24-26 April 2009 (two nights) b. 2 rooms 23-27 April 2009 (four nights) Check out shall be at 12:00 p.m. The sleeping rooms shall include a queen-sized bed or larger for the adults, beds for the children and private baths. The room shall also include a refrigerator, microwave and television. Families need to be provided a private room that allows them to live like a family (i.e. church camps with bunk beds and group housing are NOT acceptable). 3.The vendor shall provide 5 buffet meals as follows: a.Friday April 24: i.Adult Dinner ii.Children Dinner b.Saturday April 25: i.Adult Breakfast ii.Children Breakfast iii.Adult Lunch iv.Children Lunch v.Adult Dinner vi.Children Dinner vii.Coffee Breaks for the adults during meeting room times c.Sunday April 26: i.Adult Breakfast ii.Children Breakfast iii.Coffee Breaks for the adults during meeting room times 4.The vendor shall provide a conference room for training on Saturday and Sunday mornings (0800-1200 hrs) to accommodate 26 adults. The room shall be furnished with round tables, chairs, audio, podium with microphone, proxima projector and screen, and DVD capability. The 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. 5.The vendor shall provide a separate conference room located in the same building in close proximity to the meeting room to accommodate vendor-provided childcare services. Services are required to be performed by a licensed childcare provider. Services are required on Saturday and Sunday Mornings from 0800-1230 and Saturday night from 1800-2200. This room will be conducive to setting up a children's activities area. The vendor shall provide computer connectivity with audio and video capability and a large TV and DVD player. The vendor shall provide all equipment for the childrens activities. 6.CONTRACTOR QUALIFICATIONS AND SPECIFICATIONS: a.The vendor shall be located a minimum of 80 miles from Fort Carson, CO, and a maximum of 160 miles. The vendor shall be capable of providing all services and facilities listed in this Statement of Work on premise. The vendor shall have on-site recreational facilities and be located within five miles of restaurants and ski slopes. 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), 52.222-35 (Equal Opportunity for Special Disabled Veterans), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-37 (Employment Reports on Special Disabled Veterans), 52.222-50 (Combat Trafficking in Persons), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) or 52.232-36 (Payment by Third Party), 52.233-3 (Protest After Award), 52.233-4 (Applicable Law for Breach of Contract Claims), 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) The Government will award a purchase order resulting from this solicitation to the 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: Price, capabilities, and past performance. 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 12:00 p.m. Mountain Time on 12 March 2009. Quotes can be faxed to (719) 526-4490 attn: Amy Franklin, or e-mailed to amy.w.franklin@us.army.mil. An official authorized to bind your company shall sign the quote. The childcare plan and food and beverage menus must be submitted with the quote. Questions concerning this solicitation should be addressed to Amy Franklin, Contracting Officer, and e-mailed to amy.w.franklin@us.army.mil, all questions or inquires must be submitted in writing prior to 11:00 a.m. Mountain Time, 2 March 2009.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=db9d2d975428fdff4b2cfae0878910aa&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
- Zip Code: 80913-5198<br />
- Zip Code: 80913-5198<br />
- Record
- SN01752957-W 20090221/090219215720-db9d2d975428fdff4b2cfae0878910aa (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 |