SOLICITATION NOTICE
X -- Rocky Mountain District Veterinary Command Conference-April 11-16, 2010
- 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
- W911RZ-10-T-0063
- Response Due
- 2/18/2010
- Archive Date
- 4/19/2010
- Point of Contact
- Stephanie Fraterelli, 719-526-0324
- E-Mail Address
-
Fort Carson DOC
(stephanie.fraterelli@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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-0063. Fort Carson intends to award a Firm-Fixed-Price Contract for lodging and conference services located no less than 5 miles from Fort Bliss, TX. The North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $7.0 million. This requirement is a total Small Business set-aside and only qualified offerors may submit bids. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. This solicitation will close on 18 February 2010, 2:00 p.m. Mountain Time. Quotes received after this time will not be considered. The numbers below are maximum numbers and are for bidding purposes only. Final totals will be provided to the vendor no later than 10 working days before the contract. The vendor may only invoice for the total numbers ordered by the Government in the resulting purchase order. 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 5 = ____________ (Single Occp) 0002 Sleeping Room ________ x 20 x 5 = ____________ (Double Occp) CLIN Item Price Per Number of Number of Adult Adults Days Total Amount 0003 Breakfast Buffet_________ x 60 x 5 = ____________ 0004 Lunch Buffet_________ x 60 x 2 = ____________ 0005 Box Lunch_________ x 20 x 1 = ____________ 0006 Dinner Buffet_________ x 60 x 3 = ____________ 0007 Formal Dinner_________ x 75 x 1 = ____________ 0008 AM/PM Refreshment _________ x 75 x 3 = ____________ CLIN Item Total Amount 0009 Conference Space & Audio/Visual equipment use and support, in accordance with the Statement of Work ____________ Total Price ____________ Conference Services and Lodging Statement of Work (SOW) 11-16 April 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 11 April 2010 - 16 April 2010. 1. Purpose: The vendor shall host 75 personnel (final numbers to be provided to the vendor no later than 10 working days before the conference). The Conference will be used to train all members of the district and to support the team building effort. 2. Specifications: The vendor shall be located a maximum of 5 miles from Fort Bliss, TX. The vendor shall meet FEMA accommodation requirements for fire-safety and be capable of providing site security (access control/key control). The vendor must have a 3 star or better rating. Facility must accommodate a military working dog in the facility for one day for conference security demonstration and examination. The vendor must have an on site night security personnel and security cameras 24 hours a day. The vendor must have a work our facility that also includes a swimming pool. All dates and times for specific events during the requested dates are subject to change. Vendor will have a final agenda provided to them no later than 10 working days before the conference. The vendor shall be capable of providing all services and facilities listed in this SOW on premise. 3. 75 Total Lodging Rooms as Follows: a.The vendor shall provide 20 single occupancy rooms for five nights beginning on 11 April 2010 and ending the morning of 16 April 2010. These rooms shall include a queen-sized bed or larger and private baths. These rooms must include either wireless or cable LAN connectivity. The government does not pay for rooms that are not occupied/registered to a guest (vacant/unused rooms). b.The vendor shall provide 20 double occupancy rooms for five nights beginning on 11 April 2010 and ending the morning of 16 April 2010. These rooms shall include a two double-sized bed or larger and private baths. These rooms must include either wireless or cable LAN connectivity. The government does not pay for rooms that are not occupied/registered to a guest (vacant/unused rooms). If the room is occupied by only one guest then the rate will revert to the single occupancy rate for the occupied room. 4. Meeting Space: a.From 8:00 am on 12 April thru the morning of 16 April 2010, the vendor shall provide one General Session conference room, within 300 feet of the lodging building, to seat 75 personnel comfortably. The room shall be set-up classroom style with rows of 6-ft tables & no more than three chairs per table, all facing the front of the room. The room shall be equipped with an audio visual cart, to include an 6-8 projection screen large enough for easy viewing from all angles of the room, extension cords, power strip, and PA system with podium and microphone. The vendor shall provide computer connectivity with audio and video capability for government provided computers. The general session room should be availability though Friday, 1:00 pm. b.From 8:00am on 12 April to 14 April 2010, the vendor shall provide two separate breakout rooms located in the same building and within 300 ft of the General Session conference room to comfortably accommodate 25 personnel per room. The room shall be set-up classroom style with rows of six 6-ft tables & no more than three chairs per table, all facing the front of the room. The room shall be equipped with an audio visual cart, to include an 6-8 projection screen large enough for easy viewing from all angles of the room, extension cords, power strip, and PA system with podium and microphone. These rooms will be required for a 24 hour room access from 13-15 April. c.On 11 April 2010, the vendor shall provide a Registration Area with two 6-ft skirted tables and four chairs in the main lobby or other highly visible area to be used for registration purposes. There will be a social event to follow registration that will include cash bar. d.From 11 April-16 April 2010, the vendor shall provide a Business travel center. This room shall be accessible 24 hours a day. Room shall have, at a minimum, computer access, internet capability, copy machine, fax machine, and a phone with outside line for local calls. e.Cold Storage facility for temporary storage of meat or perishable foods up to 100 lbs which may used for Food Inspectors training. 6. Food and Beverage: The vendor shall provide all meals as follows (all final numbers for meals will be provided to the vendor no later than 10 working days before the conference). Buffets shall include a variety of choices; to include: entrees, sides, salad, bread, dessert and non-alcoholic beverages. a.Breakfast Meals: 6:30am - 7:30am Vendor shall provide breakfast for 60 personnel starting 12 April 2010 thru 16 April 2010. Should be set-up buffet style in a separate room located near the General Session room. b.Lunch Meals: 12:00pm -1:00pm Vendor shall provide lunch for 60 personnel starting on 12 April thur 14April 2010. Should be set-up buffet style in a separate room located near the General Session room. c.Dinner Meals: 6:45pm Vendor shall provide dinner for 60 personnel starting on 12 April thur 14 April. Should be set-up buffet style in a separate room located near the General Session room. d.Box Lunch: On Thursday, 15 April 2010, a box lunch needs to be provided to the 20 personnel attending off site training. e. Formal Dinner: Thursday, 15 April, the vendor shall provide a formal meal fully catered to include servers for the meals. Meal to accommodate 75 personnel. 60 meals included in Contract remaining 15 to pay at hotel rate off contract. f.AM and PM break meals: Daily coffee, water, tea, pastries for morning and afternoon breaks starting on 12 April thru 14 April for approximately 75 personnel; approximately 10-20 minutes each. 7.Shuttle Transportation: Establishment must provide shuttle services to and from the El Paso, TX airport for all 6 days. 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 will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, past performance, and cancellation policy. 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 2:00 p.m. Mountain Time on 18 February 2010. Quotes received after this time will not be considered. Quotes may be e-mailed to stephanie.fraterelli@us.army.mil. The following documentation shall be included with your quote: cancellation policy, and hotel security information, Questions concerning this solicitation may be addressed to Stephanie Fraterelli, Contracting Specialist, and e-mailed to stephanie.fraterelli@us.army.mil; all questions or inquires must be submitted in writing prior to 12:00 p.m. Mountain Time, 16 Febuary 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/7c990a4ba81d1b1c5c4d182107a5c3d5)
- Place of Performance
- Address: Fort Carson DOC Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Zip Code: 80913-5198
- Record
- SN02064187-W 20100213/100211235736-7c990a4ba81d1b1c5c4d182107a5c3d5 (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 |