SOLICITATION NOTICE
10 -- JROTC LEADERSHIP TRAINING "CAMP EAGLE" ENCAMPMENT
- Notice Date
- 5/26/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721214
— Recreational and Vacation Camps (except Campgrounds)
- Contracting Office
- MICC Center - Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
- ZIP Code
- 40121-5000
- Solicitation Number
- 0010059013
- Response Due
- 5/27/2011
- Archive Date
- 7/26/2011
- Point of Contact
- Raymond S. Gaddie, 502-624-8430
- E-Mail Address
-
MICC Center - Fort Knox
(raymond.gaddie@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 FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation. Quotes are being requested and a written solicitation will not be issued. This solicitation, 0010059013, is issued as a Request for Quotation (RFQ). The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The associated North American Industrial Classification System (NAICS) code for this procurement is 721214. The size standard for small business is $7.0 million. This RFQ is being issued as UNRESTRICTED. Line Item 0001: QTY: 1500, LODGING FOR 375 CADETS FOR FOUR (4) NIGHTS DURING PERIOD OF 31 MAY THROUGH 4 MAY 2011. Line Item 0002: QTY: 300, LODGING FOR 75 CADRES FOR FOUR (4) NIGHTS DURING PERIOD OF 31 MAY THROUGH 4 MAY 2011. Line Item 0003: QTY: 1500 BREAKFAST MEALS (375 CADETS X 4 DAYS); 1875 LUNCH MEALS (375 CADETS X 5 DAYS); 1500 DINNER MEALS (375 CADETS X 4 DAYS)DURING THE PERIOD OF 31 MAY THROUGH 4 JUNE 2011. Line Item 0004: QTY: 300 BREAKFAST MEALS (75 CADRE X 4 DAYS); 375 LUNCH MEALS (75 CADRE X 5 DAYS); 300 DINNER MEALS (75 CADRE X 4 DAYS)DURING THE PERIOD OF 31 MAY THROUGH 4 JUNE 2011. Line Item 0005: QTY: 1, USE OF FACILITIES TO INCLUDE: SWIMMING POOL, HEATED, INDOOR, OLYMPIC SIZE FOR 3 DAYS; FIELDHOUSE FOR 3 DAYS; RIFLE RANGE FOR 3 DAYS; SPORTS FIELD PRESS BOX FOR 2 DAYS; CLASSROOMS - 3 ROOMS FOR 3 DAYS; LIFEGUARDS; SPORTS FEILD FOR 2 DAYS; REACTION COURSE FOR 1 DAY; AUDITORIUM FOR 1 NIGHT; OBSTACLE COURSE FOR 1 DAY; RAPPEL COURSE; NURSE AND MEDICAL BEDS FOR 5 DAYS; COPIER USAGE. Line Item 0006: QTY: 1, CONTRACTOR MANPOWER REPORT INACCORDANCE WITH PARAGRAPH 1.11 OF THE ATTACHED PWS. Award will be made in the aggregate to the lowest priced, responsive, responsible offeror, Failure to submit an offer on all items will render the offer non-responsive. The following FAR clauses and provisions, in their latest editions apply to this combined synopsis/solicitation. (All clauses throughout this combined synopsis/solicitation can be viewed by accessing the website http://farsite.hill.af.mil/.) (1) FAR provision 52.212-1 [Instructions to offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program, which can be accessed via the internet at www.ccr.gov/. The CCR registration will be confirmed prior to contract award; (2) 52.212-3 (ALT I) [Offeror Representations and Certifications Commercial Items Alternate I] Contractors shall include a completed copy of FAR provision 52.212-3(ALT I)with their offer. If contractor already has information on ORCA website, please indicate this in accordance with this clause; (3) 52.212-4 [Contract Terms and Conditions Commercial Items]; (4) 52.212-5 [Contract Terms and Conditions Required to Implement Statues or Executive Order Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.203-6 [Restrictions on Subcontractor Sales to the Government, with Alternate I]; 52.209-5 Certification Regarding Responsibility Matters ;52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns]; 52.219-8 [Utilization of Small Business Concerns; 52.219-28 [Post Award Small Business Program 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]; 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees]; 52.225-13 [Restrictions On Certain Foreign Purchases. (Jun 2008)]; 52.232-33 [Payment by Electronics Funds Transfer Central Contractor Registration]; 52.252-1 [Solicitation Provisions Incorporated By Reference (FEB 1998)] applies to this acquisition and the following website: http://farsite.hill.af.mil/; (5) 52.252-2 [Clauses Incorporated By Reference (Feb 1998)] applies to this acquisition and the following website: http://farsite.hill.af.mil/; (6) 252.212-7001 [Contract Terms and Conditions Required To Implement Statues Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items] applies to this acquisition and the following sub FAR clauses apply; 52.203-3 [Gratuities]; 252.203-7000 [Requirements Relating to Compensation of Former DoD Officials]; 252.225-7012 [Preference for Certain Domestic Commodities]; 252.243-7002 [Requests for Equitable Adjustment]; 252.232-7003 [Electronic Submission of Payment Records] Method of payment for this award will be through Wide Area Work Flow (WAWF); 252.247-7003 Alternate III [Transportation of Supplies by Sea]; (7) 252.212-7010 [Levies on Contract Payments]; (8) 52.204-4 [Printed or Copied Double-Sided on Recycled. Paper (Aug 2000)]; (9) 52.204-7 [Central Contractor Registration (JUL 2006)]; (10) 52.222-22 [Previous Contracts and Compliance Reports]; (11) 52.233-2 [Service of Protest]; (12) 252.203-7002 [Requirement to Inform Employees of Whistleblower Rights]; (13) 252.204-7003 [Control of Government Personnel Work Product]; (14)252.204-7004 Alt I [Required Central Contractor Registration]; (15) 252.209-7001 [Disclosure of Ownership or Control by the Government of a Terrorist Country]; (16) 252.209-7004 [Subcontracting with firms that are owned or controlled by the government of a terrorist country]; (17) 252.212-7000 Offeror Representations and Certifications--Commercial Items. The closing date and time of this combined synopsis/solicitation is 27 May 2011, 11:00 AM EST. Price quotes shall be submitted on company letterhead and signed by a company representative with authority to contractually bind the company. Fax or email quotes to MICC Center-Fort Knox (502) 624-7165 (email listed below). Paper copies of this combined synopsis/solicitation will not be issued and telephone requests or FAX requests for this combined synopsis/solicitation will not be accepted. Any questions must be submitted in writing, by fax or e-mail, to Raymond S. Gaddie. Point of Contact(s): Raymond S. Gaddie, Contracting Specialist Phone: 502-624-8430 Email: raymond.gaddie@us.army.mil Contracting Office Address: MICC Center FT Knox BLDG 1109B STE 250 199 6TH AVE FORT KNOX KY 40121-5720 Additional Info: MICC Center-Fort Knox Contracting Opportunities Contracting Office Address: ACA, Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000 STATEMENT OF WORK For JROTC Cadet Leadership Camp (JCLC) "Camp Eagle" 2011 Gainesville, Georgia 31 May- 4 June2011 SECTION 1 GENERAL 1. Scope of Work. The contractor shall furnish facilities, furniture, equipment, supplies, management, supervision and labor to provide lodging accommodations, as specified herein, for JROTC Cadet Leadership Camp (JCLC) "Camp Eagle" 2011, for a maximum of 375 cadets and 75 cadre instructors, at Riverside Military Academy in Gainesville, Georgia, 31 May- 4 June 11. The contractor shall provide services in accordance with the terms, conditions and specifications set forth in this statement of work: 1.1. Housing Requirements. The contractor shall provide housing for 375 cadets and 75 instructors participating in JCLC "Camp Eagle" 2011 from 31 May-4 June 2011. Housing must include one bed per individual. Contractor will provide housing for 10 instructors, Advance Party Element, on 31 May 2011. Contractor will also make available certain recreational facilities (rappelling equipment, leadership reaction course, obstacle course, 24-hr medical coverage facilities, pool, gymnasium, and sports complex). Contractor will provide lifeguards for drown-proofing training, the use of the auditorium to seat for 450 people from 1300-1400hrs for inclement weather graduation on 4 June 2011. Contractor will provide office space for operations center from 31 May-4 June 2011 to include office supplies, first aid kits, sunscreen/insect repellant and cleaning supplies. 1.2. Audiovisual. Contractor will make available the auditorium and equipment for inclement weather. No other audiovisual equipment is required. 1.3. Transportation Requirements. Contractor shall provide daily transportation for camp participants from Riverside Military Academy to the training site in Dahlonega, Georgia. Transportation will depart location of JCLC at 0815hrs and return at 1700hrs daily. Vehicles shall be operated by drivers who meet all state and local licensing and insurance requirements. Vehicles used to transport event participants shall have operational heating/air conditioning and shall be in operation if weather deems necessary. Drivers shall transport camp participants in a safe, legal and courteous manner. Safety standards and courtesy rendered will equal those that would be afforded by any other chartered or public transportation service. 1.4. Meal Requirements: Contractor will provide meals for 375 students and 75 instructors from 31 May - 4 June 2011 for JCLC "Camp Eagle" 2011. Meals will be provided as follows: Breakfast meals from 1-4 June 2011 for 375 students and 75 instructors, Lunch meals from 31 May -4 June 2011 for 375 students and 75 instructors, and Dinner meals from 31 May - 3 June 2011 for 375 students and 75 instructors. 1.5. Security. The contractor shall provide security to ensure participants are in a safe and crime free environment. 1.6. Liability. Any damages sustained by the contractor due to negligence of government personnel will be negotiated by the Contracting Officer who will make the final determination as to whether settlement costs are due. 1.7. Taxes. The government is exempt from paying any sales taxes related to this contract. Tax exemption forms will be provided to the contractor upon request. 1.8. Quality Assurance. The government will monitor the contractor's performance and services under the Commercial Services Inspection Clause. 1.9. Courtesy. The contractor's employees shall be courteous to all persons served under this contract. Courtesy rendered shall be equal to that rendered to other customers of the establishment and equal to that expected of any public lodging facility. Services and consideration provided all guests shall be provided to event participants. 1.10. Guests: Guest shall only be authorized to enter camp operations area through the school security office. Once the camp command center is contacted, the guest will be met and escorted to the camp operations center for further instructions on each visit. Other exterior access is prohibited. There will be no lodging access permitted to any guest unless approved by Camp Commander 1.11. CONTRACTOR MANPOWER REPORTING The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all required information using the following web address: https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contractor Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor, if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. SECTION 2 DEFINITIONS None. SECTION 3 GOVERNMENT-FURNISHED PROPERTY The government will furnish the contractor an outline of the required support needed for their event. A rooming list will be provided to the contractor a minimum of 10 days prior to the start of the event and will be updated as changes occur. SECTION 4 CONTRACTOR-FURNISHED PROPERTY The contractor shall furnish all food, facilities, equipment, supplies, management, supervision and labor required for the performance of this contract. SECTION 5 LODGING/MEALS/CONFERENCE ROOM SPECIFICATIONS AND TASKS 5.1 Lodging Specifications. The contractor's facilities shall meet the following minimum standards: 5.1.1. Highly rated within organization. 5.1.2. Provide fitness area for training to utilize for physical fitness 5.1.3. Is not undergoing renovation or remodeling during the time of the camp and not located within an area considered a high crime area or designated a high crime area as determined by local police statistics. 5.1.4. The contractor shall provide non-smoking sleeping facilities that are furnished solely on the basis of one individual to a bed with no more than two individuals to a room for double occupancy. 5.2. Fire and Safety. The contractor's facility shall comply with applicable fire and safety codes and regulations. 5.3 Miscellaneous Services. The government will not be responsible for any miscellaneous charges incurred by the conference participant. The contractor shall explain to the participant that miscellaneous services are not covered by this contract and are payable by the participant, such as personal telephone charges, pay-for-view movies, room service, internet service, meals in excess of the contract requirements, and other such services. 5.4. Audiovisual Requirements: Not required. 5.5. Prohibited Items/Services. SECTION 6 REFERENCES Documents applicable to this Performance of Work Statement are listed below and are coded as either mandatory or advisory. The contractor shall be obligated to follow those coded as mandatory. These references with any subsequent changes shall be furnished to the contractor. The contractor shall post and update changes to the applicable publication. If any changes become effective during the contract period which effects the requirements of this contract, these changes shall be negotiated with the contractor. Applicable State and Local Fire and Safety Codes - Mandatory
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/047ad08de158fc79b8486ae5f042dcc4)
- Place of Performance
- Address: MICC Center - Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY
- Zip Code: 40121-5000
- Zip Code: 40121-5000
- Record
- SN02458110-W 20110528/110526234931-047ad08de158fc79b8486ae5f042dcc4 (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 |