Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2010 FBO #3003
SOLICITATION NOTICE

X -- Fort Carson has a requirement for conference and lodging services to take place 25-28 February 2010 and to be located no less than 70 but no more than 280 miles from Fort Carson, Colorado.

Notice Date
2/11/2010
 
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
W911RZ10T0065
 
Response Due
2/16/2010
 
Archive Date
4/17/2010
 
Point of Contact
Jen Sutton, 719-526-5849
 
E-Mail Address
Fort Carson DOC
(jen.sutton@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 the Federal Acquisition Regulation (FAR) Part 13 (Simplified Acquisition Procedures) and Subpart 12.6 (Streamlined Procedures for Commercial Items), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; the solicitation number is W911RZ-10-T-0065. Fort Carson intends to award a Firm-Fixed-Price Contract for lodging and conference services located no less than 70 miles but no more than 280 miles from Fort Carson, CO. The North American Industrial Classification System (NAICS) code for this procurement is 721110. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. This solicitation will end on 16 February 2010, 12:00 p.m. Mountain Time. Quotes received after this time will not be considered. The vendor may only invoice for the total numbers ordered by the Government in the resulting purchase order. Please see the Statement of Work below for details and specifications for each line item. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN ItemPrice Per Number of Number of Night Rooms Nights Total Amount 0001 Sleeping Room x 20 x 3 = ____________ w/ 2 full size beds or larger CLIN Item Price Per Number of Number of Adult Adults Days Total Amount 0002 Lunch Buffet x 40 x 1 = ___________ 0003 Dinner Buffet x 40 x 2 = ___________ 0004 Breakfast Buffet_________ x 40 x 3 = ___________ 0005 AM Refreshment _________ x 40 x 2 = ___________ 0006 Conference Space and Audio/Visual equipment use and support, in accordance with the Statement of Work. ____________ 0007 Registration Area in accordance with the Statement of Work ____________ Total Price ____________ Conference Services and Lodging Statement of Work (SOW) 25-28 February 2010 The total proposed price shall be all inclusive (include any parking charges or resort fees.) Any incidental room charges will be the responsibility of the individual occupying the room. The period of performance is 25-28 February 2010. 1. Scope: The vendor shall host 40 personnel. 2. Contractor Qualifications and Specifications: The vendor shall be located no less than 70 but no more than 280 miles from Fort Carson, Colorado. The vendor shall meet FEMA accommodation requirements for fire-safety and be capable of providing site security (access control/key control). The vendor shall be capable of providing all services and facilities listed in this SOW on premise. 3. 20 Total Lodging Rooms as Follows: a.The vendor shall provide 20 rooms for three nights beginning on 25 February 2010. These rooms shall include 2 full-sized beds or larger, a television, and private baths. 4. Registration Space On February 25, from 16:00-18:00, the vendor will provide a registration area with one skirted 6-8 foot table with 2 chairs in the main lobby or other highly visible area to be used for registration purposes. 4. Meeting Space: a.From 08:00 on 26 February to 17:00 hrs on 20:00 on 27 February 2010, the vendor shall provide one General Session conference room, within 300 feet of the lodging building, to seat 40 personnel comfortably. The room shall be set-up classroom style with rows of 6-ft tables, all facing the front of the room. The tables shall be a minimum of 18 wide for writing on. The room shall be equipped with an audio visual cart, data/Proxima projector with VGA cables to connect to a computer, screen(s) large enough for easy viewing from all angles of the room, PA system with podium and microphone. The vendor shall provide computer connectivity with audio and video capability for government provided computers. 6. Food and Beverage: The vendor shall provide all meals as follows (all numbers are final). Buffets shall include a variety of choices to include: entrees, sides, salad, bread, dessert and non-alcoholic beverages. Refreshments shall include coffee, tea, decaffeinated coffee, hot tea, assorted soda, water, and cookies. a. Thursday, 25 February 2010: i. 18:30-19:45 Buffet Sytle Dinner for 40 adults. b.Friday, 26 February 2010: i.07:30-08:45 Buffet Style Breakfast for 40 adults. ii.10:15 Morning Refreshments for 40 adults. iii.12:00-13:00 Buffet Style Lunch for 40 adults. c.Saturday, 27 February 2010: i.07:30-08:45 Buffet Style Breakfast for 40 adults. ii.10:15 Morning Refreshment for 40 adults. iii. 17:30-18:45 Buffet Style Dinner for 40 adults. d. Sunday, 28 February 2010: i.07:30-08:45 Buffet Style Breakfast for 40 adults The following provisions and clauses will be in the contract 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), 52.225-13 (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 Alt A (Central Contractor Registration), 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), 252.232-7003 (Electronic Submission of Payment Requests) The Government will award a contract resulting from this solicitation to the responsible offeror whose 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. All responses must be received by 12:00 p.m. Mountain Time on 16 February 2010. Quotes received after this time will not be considered. Quotes may be e-mailed to jen.sutton@us.army.mil. Questions concerning this solicitation may be addressed to Jen Sutton, Contracting Specialist, and e-mailed to jen.sutton@us.army.mil; all questions or inquires must be submitted in writing prior to 10:00 a.m. Mountain Time, 12 February 2010. 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. You can register at https://wawf.ef.mil/index.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1e246e65c5f88a974d85cf921df852ff)
 
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
SN02063686-W 20100213/100211235119-1e246e65c5f88a974d85cf921df852ff (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.