Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2011 FBO #3547
SOLICITATION NOTICE

69 -- Provide facility and accomodations for retreat

Notice Date
8/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-11-T-0525
 
Archive Date
9/7/2011
 
Point of Contact
LaVerne L Whitfield, Phone: 757-763-4430, Ruby Phillips, Phone: 757-763-4432
 
E-Mail Address
whitfield_a@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil
(whitfield_a@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Request for Quotation number is H92242-11-T-0525. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-48, effective 31 January 2011 and DFARS Change Notice 20091123. The DPAS Rating for this solicitation is DO-S1. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. The North American Industrial Classification (NAICS) code is 72110, the Small Business Standard is $6.50 Mil. This requirement is Unrestrictive. The Naval Special Warfare Group Four Request responses from all qualified sources capable of providing facilities and occomodations for Naval Special Warfare Group Four to hold a combined singles and family resiliency training for a 3 day period. Performance shall be in accordance with the Statement of Work below: This requirement is FOB Destination. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2008). The following clauses are applicable to this solicitation:, 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 F.O.B. Designation (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007) (DEVIATION), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) and 252.243-7001 Pricing of Contract Modifications (Dec 1991). Quoters shall include the quoter's price for each part listed in this synopsis. All clauses will be incorporated by reference in the order. Introduction/Background Naval Special Warfare Group Four desires to hold combined Singles and Family Resiliency Training for service members and families who are preparing for deployment or have recently returned from deployment. This training will provide a family friendly environment for training to prepare service members for deployment and ease the transition of re-deployers and family members during the post-deployment phase. Training shall occur over a 3 day time period (Friday-Sunday) and shall be composed of formal instruction/briefs, informal discussions, and interactions/feedback during group meals. Additional time shall be provided for service members and families to spend together participating in activities to promote re-integration and for family bonding. Services/Facilities Required •- Dates: 9-11 September 2011 •- 25 Rooms (20 Premium Suites, 5 Regular Suites) •- Adult Meeting/Conference room facilities with equipment for PowerPoint Presentations. Room need to accommodate a minimum of 40 adults each. •- Facilities (meeting room to use for child care), activities and child care workers for up to 50 children ages birth-12. Childcare provided on first night from 1800-2100 and on second day from 0900-1400. •- Facilities located in close proximity (within 60 miles) of Joint Expeditionary Base Little Creek - Fort Story. •- On-site all weather activities/recreation for families to enjoy during breaks in training. These should include: swimming pools, waterslides, arcades, game rooms, and for adults, fitness facilities. •- On-site meal facilities/providers and the ability to cater group meals during training sessions. STATEMENT OF WORK Introduction/Background Naval Special Warfare Group Four desires to hold combined Singles and Family Resiliency Training for service members and families who are preparing for deployment or have recently returned from deployment. This training will provide a family friendly environment for training to prepare service members for deployment and ease the transition of re-deployers and family members during the post-deployment phase. Training will occur over a 3 day time period (Friday-Sunday) and will be composed of formal instruction/briefs, informal discussions, and interactions/feedback during group meals. Additional time will be provided for service members and families to spend together participating in activities to promote re-integration and for family bonding. Services/Facilities Required •- Dates: 9-11 September 2011 •- 25 Rooms (20 Premium Suites, 5 Regular Suites) •- Adult Meeting/Conference room facilities with equipment for PowerPoint Presentations. Room need to accommodate a minimum of 40 adults each. •- Facilities (meeting room to use for child care), activities and child care workers for up to 50 children ages birth-12. Childcare provided on first night from 1800-2100 and on second day from 0900-1400. •- Facilities located in close proximity (within 60 miles) of Joint Expeditionary Base Little Creek - Fort Story. •- On-site all weather activities/recreation for families to enjoy during breaks in training. These should include: swimming pools, waterslides, arcades, game rooms, and for adults, fitness facilities. •- On-site meal facilities/providers and the ability to cater group meals during training sessions. FOB Destination. STATEMENT OF WORK Introduction/Background Naval Special Warfare Group Four desires to hold combined Singles and Family Resiliency Training for service members and families who are preparing for deployment or have recently returned from deployment. This training will provide a family friendly environment for training to prepare service members for deployment and ease the transition of re-deployers and family members during the post-deployment phase. Training will occur over a 3 day time period (Friday-Sunday) and will be composed of formal instruction/briefs, informal discussions, and interactions/feedback during group meals. Additional time will be provided for service members and families to spend together participating in activities to promote re-integration and for family bonding. Services/Facilities Required •- Dates: 9-11 September 2011 •- 25 Rooms (20 Premium Suites, 5 Regular Suites) •- Adult Meeting/Conference room facilities with equipment for PowerPoint Presentations. Room need to accommodate a minimum of 40 adults each. •- Facilities (meeting room to use for child care), activities and child care workers for up to 50 children ages birth-12. Childcare provided on first night from 1800-2100 and on second day from 0900-1400. •- Facilities located in close proximity (within 60 miles) of Joint Expeditionary Base Little Creek - Fort Story. •- On-site all weather activities/recreation for families to enjoy during breaks in training. These should include: swimming pools, waterslides, arcades, game rooms, and for adults, fitness facilities. •- On-site meal facilities/providers and the ability to cater group meals during training sessions. All quotes shall include per room type cost and overall total price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose 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: The contract will be awarded to the Quoter whose quote conforms to the solicitation provisions, is technically acceptable and provide the lowest cost to the Government. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 2:00 pm hours (Eastern Standard Time) on 23 Aug 2011. All questions shall be sent to the Contracting Officer, LaVern Whitfield, at (757) 763-4430 or email whitfield_a@nsweast.socom.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-11-T-0525/listing.html)
 
Record
SN02527702-W 20110811/110810000055-669145d3d753ed4da2fcb4a85cd0da54 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.