SOLICITATION NOTICE
X -- Chaplain Annual Sustainment Training for Ft. Carson-Conference Services
- Notice Date
- 1/13/2010
- 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-0042
- Response Due
- 1/22/2010
- Archive Date
- 3/23/2010
- Point of Contact
- Stephanie Fraterelli, 719-526-0324
- E-Mail Address
-
Fort Carson DOC
(stephanie.fraterelli@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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, Solicitation Number W911RZ-10-T-0042. Fort Carson intends to award a Firm-Fixed Price Contract for lodging and conference services at a resort or destination hotel located within 10 miles of the Main Gate of Fort Carson, Colorado. The North American Industrial Classification System (NAICS) code for this procurement is 721110. This solicitation will end on 22 January 2010, 12:00 p.m. Mountain Time. Quotes received after this time will not be considered. Technical evaluation criteria: Vendor must be able to provide all CLINS and SubCLINs items and provide room rates IAW Joint Travel Federal Regulation (Not to exceed the Government Per Diem Rates). Final room numbers will be provided NLT 15 April 2010. Vendor must provide cancelation rates and procedures. The Contractor shall propose the following Contract Line Item Numbers (CLINS): 0001 Conference Rooms (Information Purpose Only) The vendor shall host 400 personnel for the FY10 Chaplain Annual Sustainment Training (CAST) in Colorado Springs Offsite to be held 18 21 April 2010. See CLINS and SubCLINS for specific dates and times. 0001AA General Session RoomQty: 1 General Session Room should be made available starting 7:30am on 19 April 2010 thru 21 April 2010 1:00pm local. Vendor shall provide one General Session Main Conference Room within the same building as the lodging rooms to accommodate comfortably 400 personnel. Room will be set-up classroom style; 2 projector screens sizeable enough for easy viewing from all angles of the room; 1 podium; 4 handheld microphones with stand; 1 lavalier microphone; soundboard and sound equipment with 2 large speakers to support projection screen and microphones; 4 extension cords at a minimum of 20 feet; a tuned piano (with bench) and a back up Yamaha or equivalent electric keyboard. The vendor shall provide computer connectivity with audio and video capability. The government will furnish its own computers. This room will be reserved for the full 24-hours each day. Cost Per Unit $ ___________ Total cost $ _____________ 0001AB Breakout RoomsQty: 1 Breakout Rooms should be made available starting 7:30am on 19 April 2010 thru 21 April 2010 1:00pm local. Vendor shall provide 4 separate meeting rooms located in the same building to comfortably accommodate 100 personnel per room. All 4 breakout rooms will be set-up in a classroom style. All breakout rooms will have projector with screen sizeable enough for all personnel to easily view; 1 handheld microphone with stand; 1 lavalier microphone; 1 podium; 2 extension cords at a minimum of 20 feet; and sound equipment able to support microphones and projection screen. The vendor shall provide computer connectivity with audio and video capability. The government will furnish its own computers. These rooms will be required to be clean and set up every morning no later than 0700 daily and be reserved for the full 24-hours each day. Total cost $ _____________ 0001AC Administration Room 24 hour AccessQty: 1 Vendor shall provide a separate, secure, 24-hour accessible Administration Room to accommodate 4 personnel and equipment. This room will have internet connections with high speed connectivity or wireless; phone line; fax machine; computer; printer; and one copy machine able to handle large amounts of copying. Total cost $ _____________ 0001AD VIP RoomQty: 1 Vendor shall provide a separate room/conference room for VIP Hospitality. The room should include a telephone; copier; fax machine; printer; and computer. This room will have internet connections with high speed connectivity or wireless. Total cost $ _____________ 0001AE Telephone FeeQty: 1 The VIP hospitality room will have a not to exceed $100.00 limit on long distance phone calls. Vendor will notify COR once limit has been reached. Total cost $ _____________ 0002 Registration Area 18 April Only Qty: 1 From 1:00 pm to 8:00pm local on 18 April, the vendor will provide a registration area with eight 6-8 foot tables and 16 chairs in the main lobby or other highly visible area to be used for registration purposes. Total cost $ _____________ 0003 Audio Visual Technician 19 April 2010 thru 21 April 2010Qty: 1 The vendor shall provide on-site audio, video, and automation support technician to assist with Admin Center set-up. The audio technician should be available from 0700 to 1700. During that time the vendor shall provide automation, audio, and visual support with a 15 minute response time. Audio, visual, and automation support technician shall be trained and experienced on all equipment provided by the vendor. The vendor is responsible for replacement of all faulty equipment provided by the vendor. Total cost $ _____________ Total Quoted Amount $ _________________ Lodging Government Per Diem Rate. Billing for each room will be paid by each individual utilizing Individual Government Credit Card. All rooms will have complimentary internet access, free 24 hour fitness center access, free overnight parking and complimentary airport shuttle for Colorado Springs only. The vendor shall provide 200 guest rooms for 3 nights beginning on 18 April. These rooms will include a minimum of one queen sized bed and private baths. Rate per Room $ ____________ 4 VIP suites for 3 nights beginning 18 April to 21 April. These rooms will include at least a queen sized bed and private baths. Rate per Room $ ____________ 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), 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), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-50 (Combat Trafficking in Persons), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration), 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 is the lowest price. 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. Register at https://wawf.ef.mil/index.html. Questions concerning this solicitation shall be addressed to Stephanie Fraterelli, Contract Specialist, and e-mailed to stephanie.fraterelli@us.army.mil. All questions or inquires must be submitted in writing no later than 12:00 p.m. Mountain Time on 18 January 2010. 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 12:00 p.m. Mountain Time on 23 January 2010. Quotes may be e-mailed to stephanie.fraterelli@us.army.mil. An official authorized to bind the company must sign the quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e97ea7529e61180482d8ad09d2a4b642)
- Place of Performance
- Address: Fort Carson DOC Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Record
- SN02041314-W 20100115/100113234833-e97ea7529e61180482d8ad09d2a4b642 (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 |