Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2010 FBO #2988
SOLICITATION NOTICE

V -- MARRIAGE AND PERSONAL ENRICHMENT RETREATS

Notice Date
1/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410T0108
 
Response Due
2/3/2010
 
Archive Date
3/3/2010
 
Point of Contact
CHARLES (FLETCH) FLETCHER II 619-532-2658
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11. This Procurement is issued as an unrestricted procurement under Standard Industrial Code 7011, Federal Supply Class V231and NAICS 721110. This is an All or None offer. The agency need of the following requirements: ITEM NUMBER 0001 RETREATS QTY: 1 GROUP (ALL DATES ARE TENTATIVE) ITEM NO. 0001AA FEB 26 - 28, 2010ITEM NO. 0001AB MAR 19 - 21, 2010ITEM NO. 0001AC APR 9 - 11, 2010ITEM NO. 0001AD APR 23 - 25, 2010ITEM NO. 0001AE MAY 14 - 16, 2010ITEM NO. 0001AF MAY 21 - 23, 2010ITEM NO. 0001AG JUN 4 - 6, 2010ITEM NO. 0001AH JUN 25 - 27, 2010ITEM NO. 0001AK JUL 30 - AUG 01, 2010ITEM NO. 0001AL AUG 27 - 29, 2010 STATEMENT OF WORK COMMANDER NAVY REGION SOUTHWESTCREDO RETREATS 1.0TASKS 1.1 Purpose: A hotel to conduct mission essential weekend retreats for Commander Navy Region Southwest. The contracting hotel will provide meeting and living spaces conducive to military retreats. 1.2 BACKGROUND: Our goal with a Marriage Enrichment Retreat is to provide an environment where a couple may work on their intimacy as a couple. A marriage is a partnership of a man and woman who seek a life-long commitment to love and support one another. How successful they are at accomplishing this goal is dependant on many different aspects of their relationship. Different types of exercises and free time are used to help each couple grow without the normal everyday distractions of work and home life. The positive results of a MER will be seen by the end of the weekend as a couple demonstrates deeper intimacy while strengthening the emotional, physical and spiritual aspects of marriage.1.3 ObjectivesThe positive results of a MER will be seen by the end of the weekend as a couple demonstrates deeper intimacy while strengthening the emotional, physical and spiritual aspects of marriage.1.4 Sub-Tasks Deliverables include:.Within five miles of downtown San Diego, accessible buy local trolley.21 hotel rooms, as detailed below:.Four (4) Meals (breakfast x 2, lunch, & dinner), as detailed below.One (1) conference room, as detailed belowoOne (1) exclusive-use dining room with table service, as detailed belowoOn-site outdoor areas for participants' individual and group reflection as detailed below:OOutside seating: minimum of 20 tables w/seats and/or benches separated sufficiently so as conversations between couples can not be heard by another couple in normal conversation. CONFERENCE ROOM:.Meeting space: a minimum of 2000 sq ft.Seating for 42 people.Room is to have lights, electrical power and air conditioning/heat for all uses.Conference room must be available by 4 PM on Friday evening, set-up, in order to facilitate a 6:00 PM start time, Friday evening.Conference room shall be cleaned and vacuumed daily.The following items must be set-up for a 6:00 PM start time, Friday evening:.Padded chairs to seat 42 people: 40 chairs in semi- u-formation or circular tables (eight seats each) with all-participant visibility of a projection screen; two (2) chairs in front by projection screen.Two (2) tables or areas: one (1) for snack trays and beverage service; one (1) for retreat's administrative materials (e.g., papers, books, etc.)..Beverages: coffee, tea, and a selection of carbonated beverages to be available in conference room throughout the weekend.40 glasses (one (1) at each chair) and full pitchers of water spread intermittently DINING FACITILITES:.Separate, dedicated, exclusive-use adjacent room to the conference room for each of the four meals.Table seating (maximum of 8 per table) for 42 participants at one time.Table-serviceMEALS, SNACK TRAYS AND BEVERAGE SERVICES: on site meals, Friday PM through Sunday NoonoFriday PM snack-served at 6:00 PMoBreakfast-to be set-up and ready by 8:00 AM on Saturday and SundayBreakfast buffet to include scrambled eggs, hot oatmeal, assorted cold cereals with milk, bacon strips, breakfast potatoes, toast, assorted breakfast pastries w/ butter and preservatives, orange juice, freshly brewed coffee, decaffeinated coffee and hot tea.oLunch-to be set-up and ready by 11:45 AM on SaturdayoDinner-to be set-up and ready by 5:15 PM on SaturdayoBeverage service-served all days.Two (2) food options provided for each meal time.Full breakfasts on Saturday and Sunday: not continental.Lunch, and dinner lunch and dinner are to include a salad option and dessert.Breakfast, lunch, and dinner are to include a vegetarian (lacto-ovo) meal for at least three (3) participants.Friday PM snack is to include healthy options (e.g., cheese, fruit, and vegetable platter).Water, coffee, tea and a selection of carbonated beverages for 42 people are required throughout the day Parking: parking fees are included in contract costs. Participants will receive parking pass for in-and-out access to site's parking Lodging requirements: unit price "each" includes:.21 rooms with air conditioning/heating and private bathroom to accommodate participantsofor marriage enrichment retreats, rooms will have one (1) queen/king bed to be shared by one (1) married coupleofor other types of retreats, rooms will be shared by same-gender participants and have two (2) double beds, one (1) bed per participant 2.0 Place of performance Retreats will be held at a hotel within five miles of downtown San Diego. 3.0 Project Dates The period of performance shall be from 16 February 2010 to 30 September 2010Proposed retreat dates:.Feb 16, 2010 and Sep 1, 2010. Feb 26-28, Mar 19-21, Apr 9-11, Apr 23-25, May 14-16, May 21-23, Jun 4-6, Jun 25-27, Jul 30-Aug01, Aug 27-29..Dates to be mutually agreeable between the military command and vendor based on the military's needs. 4.0 Hours of Work During retreat weekends the hours of work are Friday 4 PM through Sunday at Noon. 5.0 Acceptance of Deliverables oRetreat will begin on Friday evening and end Sunday Noon. Participants need to check-in to rooms by 3:00 PM Friday and check-out of rooms by 12:00 PM Sunday. 6.0 Technical Point of Contact: Primary: Cindy Blankenship, 532-4820, Cindy.Blankenship@navy.mil Secondary: RP2 Lisa Villafane, 556-2826 Lisa.Villafane@navy.mil The requirement is for a firm-fixed price type contract. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34 FOB Destination; Clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (Dec 2009) applies with the following applicable clauses for paragraph (b): FAR 52.203-13 Contractor Code of Business Ethics and Conduct (Dec 2008); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.219.28 Post Award Small Business Program Rerepresentation (June 2007); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008); ! FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.225-1 Buy American Act-Supplies (June 2003); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration; FAR 52.247-34 F.O.B. Destination; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Deviation) (Jan 2009), applies with the following clauses applicable for paragraph (b); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009); N00244M282 Award By Full Quantity (Aug 1992) (FISC San Diego); N00244M314 Evaluation of Offers-Using Responsibility, Past Performance and Price Criteria (APR 1996) (FISC SAN DIEGO) and N00244L332 Unit Prices. DFARS 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.bpn.gov for more information. Please ensure compliance with this regulation when submitting your proposal. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Ability to meet both technical capability and the ability to meet the required delivery schedule represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall ender the offer to be technically unacceptable and will not be considered for award. Award will be made to that responsible offeror which meet both of the above minimum technical and schedule requirements and offers the lowest price. All responsible Offerors are to submit current pricing, delivery time, payment terms, CAGE code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 12:00 PM (PST), Wednesday, 03 February 2010 and will be accepted via Fax (619) 532-1088, Attn: Charles (Fletch) Fletcher II at (619) 532-2658 or e-mail charles.e.fletcher@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; FAR Clauses http://acquisition.gov/comp/far/index.html DFARS Clauses http://www.acq.osd.mil/dpap/dars/dfars/index.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024410T0108/listing.html)
 
Record
SN02051001-W 20100129/100127234019-ef107cdef89a6bf8afb923376b37341c (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.