SOLICITATION NOTICE
X -- Strong Bonds Marriage Retreat
- Notice Date
- 3/16/2009
- 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
- W911RZ-09-T-0128
- Response Due
- 3/23/2009
- Archive Date
- 5/22/2009
- Point of Contact
- LaDonna Collins, 7195263838<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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W911RZ-09-T-0128. 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 30 March 2009, 12:00 p.m. Mountain Time. Quotes received after this time shall not be considered. STATEMENT OF WORK The Contractor shall propose the following Contract Line Item Numbers (CLINS): 0001 Total Lodging _________ 0002 Total Food and Beverage Charges _________ 0003 Total Childcare Charges __________ 0004 Total Conference Room Charges _________ 0005 Total Audio Visual___________ Total: __________ 1. The vendor shall host 60 families for the 4BCT, 4ID 704th BSB Strong Bonds Marriage Retreat from 17-19 April 2009. The maximum numbers for this retreat are as follows: 120 adults and 40 Children, aged newborn to 16 years old. The quantities and charges will not exceed what is authorized and specified in the contract and associated CLINs. The vendor shall provide 60 Deluxe Rooms for two nights beginning on 17 April 2009, with checkout on noon or the afternoon of 19 April 2009. These deluxe rooms will include a queen size bed or larger for the adults, beds for children and private baths. 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). The living area shall have a television and small refrigerator. 3. The vendor shall provide 5 buffet meals as follows: a.Friday, 17 April 2009: i.Adult Dinner for 120 adults ii.Children Dinner for 40 Children b.Saturday, 18 April 2009: i.Adult Breakfast for 120 Adults ii.Children Breakfast for 40 Children iii.Adult Lunch for 120 Adults iv.Children Lunch for 40 Children v.Children Dinner for 40 Children vi.Adult Dinner for 5 Adults vii. Coffee Breaks throughout the day for 120 adults c.Sunday, 19 April 2009: i.Adult Breakfast for 120 Adults ii.Children Breakfast for 40 Children iii.Coffee Breaks throughout the day for 120 adults 4. From 17-19 April 2009, the vendor shall provide one Conference Room for training for Friday night (1900 - 2100 hrs), Saturday and Sunday mornings (0800-1200 hrs) furnished with round tables, chairs, audio, proxima projector, and DVD capability to accommodate a total of 120 adults. The Conference room should accommodate 120 adults. Conference rooms will have air-conditioning/heat capability for climate control. The vendor shall provide computer connectivity with audio and video capability for government provided computers. The vendor shall supply audio and video (large TV and DVD player) capability for the children's activities areas. The government will furnish its own computers. 5. From 17-19 April 2009, the vendor shall provide separate conference room space located in the same building to accommodate vendor-provided childcare services for 40 children 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 audio and video (large TV and DVD player) equipment and capability for the children's activities areas. 6.The vendor shall provide childcare services by a licensed childcare provider for 14 to 15 hours of child care for 40 children. The vendor shall provide a list of children's activities provided by the resort sitters, and will furnish all equipment and supplies needed for these activities a. Hourly requirements for childcare services are as follows: i.Friday Night: 2 hours, time to be determined ii.Saturday & Sunday Mornings: 4 to 4.5 hours each, 0800-1230 hrs iii.Saturday Night: 4 hours, 1800-2200 hrs b. Estimated age groups are as follows: i. 15 Children, Ages 0-3 years old ii. 10 Children, Ages 4-6 years old iii. 10 Children, Ages 7-11 years old iv. 5 Children, Ages 12 years old & Over 7. The vendor will also provide for the staff (Chaplains and Assistants) a room the day prior and the day after for set-up and coordination of the event. 8. The vendor will only bill the contract against the number of persons reported with 48-hours notice by the 4BCT, 4ID, 704th BSB Chaplain, CPT Tim Brown. The quantities and charges will not exceed what is authorized and specified in the contract and associated CLINs. CONTRACTOR QUALIFICATIONS AND SPECIFICATIONS: The vendor shall be located a minimum of 60 miles from Fort Carson, CO, and a maximum of 200 miles. The vendor shall be capable of providing all services and facilities listed in the Statement of Work on premise. The vendor shall provide a licensed childcare provider for the childcare services. The vendor shall have on-site recreational facilities and be in close proximity to restaurants and outdoor activities. 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 30 March 2009. Quotes received after this time shall not be considered. Quotes can be faxed to (719) 526-4490 attn: LaDonna Collins, or e-mailed to ladonna.collins@us.army.mil. An official authorized to bind your company shall sign the quote. The childcare plan and food and beverage menus shall be included in your quote. Questions concerning this solicitation should be addressed to LaDonna Collins, Contract Specialist, and e-mailed to ladonna.collins@us.army.mil, all questions or inquires must be submitted in writing prior to 9:00 a.m. Mountain Time, 23 March 2009.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0d998e5fdca2fafa4ceabd948a99d4b6&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
- SN01769912-W 20090318/090316215024-0d998e5fdca2fafa4ceabd948a99d4b6 (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 |