SOLICITATION NOTICE
X -- Alpine Cold Weather Training --- 1-8 Dec 09 and 5-13 Jan 10
- Notice Date
- 11/19/2009
- 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-0020
- Response Due
- 11/24/2009
- Archive Date
- 1/23/2010
- Point of Contact
- Lisa Benjamin, 719-526-2416
- E-Mail Address
-
Fort Carson DOC
(lisa.benjamin@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 prepared in accordance with the format in Subpart 12.6 and 13.106, 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. Quotes shall reference solicitation number W911RZ-10-T-0020. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. Fort Carson intends to award a firm-fixed-price contract for lodging, conference services, and ski passes at a resort location within a 4.5 hour driving time of Colorado Springs, Colorado. The North American Industrial Classification System (NAICS) code for this procurement is 721110. This solicitation will end on 24 November 2009, 9:00 a.m. Mountain Time. Quotes received after this time shall not be considered. This requirement is unrestricted. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN; Item;Price Per Night; Number of Rooms; Number of Nights; Total Amount 0001; Lodging for Instructor Train-up ________ x 50 ea x 7 = ____________ 0002; Lodging for Group Ski Training _________ x 200 ea x 8 = ____________ CLIN; Item; Qty; Total Amount 0003; Transferable Group Ski Passes; 200 ea ______________ CLIN; Item;Qty; Total Amount 0004; Conference Room & Audio/visual, in accordance with the Statement of Work, dates 1 8 Dec 09; 1 ea ____________ 0005; Conference Room & Audio/visual,in accordance with the Statement of Work, dates 5 13 Jan 10; 1 ea ____________ Total Price ____________ STATEMENT OF WORK SCOPE OF WORK. Services to be provided shall pertain to two separate events the Alpine Ski Instructor Train-up (approximately 50 people from 1 - 8 Dec 2009) and the Alpine Ski Training (approximately 200 people) from 5 13 Jan 2010 and shall include: a)Location within 200 miles of Colorado Springs. The skiable area shall be at least 1100 acres. The number of trails available shall be over 90. The vertical drop shall be at least 2600 ft. The lifts shall be modern and support at least 20,000 people per hour at maximum capacity in order to facilitate 200 soldiers conducting training in a condensed timeline. Additionally, an off-piste ski tour area in the trees on varied terrain conducive to skinning, skiing, pulling sleds, conducting back country movement, and avalanche awareness classes. Provide an easy access CAT trail back to the main areas for those individuals who are beginner / intermediate skiers and cannot yet negotiate advanced backcountry terrain with a pack and a sled. b) Lodging: the vendor shall provide the ability to lodge all soldiers in condominiums / hotel rooms within walking distance (under 15 minutes) of the ski lifts. This lodging shall provide each participant with his own bed (or roll-away), have a small kitchen (refrigerator, stove, sink, microwave, flatware) suitable for the individuals to prepare and eat meals, a shower, bathroom, and heat. c) Conference room: The vendor shall provide a conference / meeting / dining room large enough to accommodate the 200 attendees during their stay, set up classroom style with tables and chairs for Soldiers to use during training sessions and meals. Audio / visual equipment to include projection screen that is large enough for everyone in the room to view comfortably and a speaker system that will work with projector (the Government will provide their own computers). For the period from 1 8 Dec 09, a classroom shall be provided with the above specifications for 50 people. For the period of 5 13 Jan 2010, a classroom shall be provided to accommodate 200 people. The instructor training will be conducted at the same location as the alpine training. d) Ski Passes: The vendor shall provide approximately 200 transferable ski passes. These passes can be used throughout the entire 2009/2010 ski season (starting on 1 Dec 09) by any active duty member currently assigned to the customer. These passes are transferrable only within the active duty customers and cannot be sold to or used by anyone else. The passes shall be identified by a unit logo (customer logo information will be provided to the selected contractor through the unit point of contact which will be identified in the purchase order at time of award) or other clear means, and personnel using them must be in military uniform. The contractor shall carefully monitor the use of the passes, including seizing any pass that is submitted for use by an unauthorized person and reporting the incident to the Contracting Officer or designated representative. End of Statement of Work FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order 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) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price technically acceptable. 52.212-3 (Offeror Representations and Certifications Commercial Items) 52.233-2 (Service to Protest) 252.209-7001 (Disclosure of Ownership or Control by Terrorist Country) Clauses: 52.203-3 (Gratuities) 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) 52.219-8 (Utilization of Small Business Concerns) 52.219-14 (Limitations on Subcontracting) 52.219-28 (Small Business Representation) 52.222-3 (Convict Labor) 52.222-19 (Child Labor Cooperation with Authorities and Remedies) 52.222-21 (Prohibition of segregated facilities) 52.222-26 (Equal Opportunity) 52.222-35 (Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans) 52.222-36 (Affirmative Action for Workers with Disabilities) 52.222-37 (Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans) 52.222-50 (Combat Trafficking in Persons) 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) 52.252-2 (Clauses Incorporated by Reference) 252.204-7004 (Alternate A (Central Contractor Registration) 252.209-7004 (Subcontracting with Firms That are Owned or Controlled by the Government of a Terrorist Country) 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) 252.225-7001 (Buy American Act and Balance of Payments) 252.225-7002 (Qualifying Country Sources as Subcontractors) 252.225-7012 (Preference for Certain Domestic Commodities) 252.232-7003 (Electronic Submission of Payment Requests) 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. Register at https://wawf.ef.mil/index.html. Questions concerning this solicitation shall be addressed to MAJ Nicholas C. Moses, Contract Specialist, and e-mailed to nicholas.moses@conus.army.mil. All questions or inquires must be submitted in writing no later than 10:00 a.m. Mountain Time on 23 November 2009. No phone calls will be accepted. Any amendments to the solicitation will be posted on the Federal Business Opportunities website. All responses must be received by 9:00 a.m. Mountain Time on 24 November 2009. Quotes may be e-mailed to nicholas.moses@conus.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bdd980e1cdc5eae76380171718b1a761)
- 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
- SN02007025-W 20091121/091119235001-bdd980e1cdc5eae76380171718b1a761 (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 |