Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2011 FBO #3492
SOLICITATION NOTICE

G -- JROTC JCLC Encampment at Lake Wales, FL.

Notice Date
6/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721214 — Recreational and Vacation Camps (except Campgrounds)
 
Contracting Office
MICC Center - Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
0010064636
 
Response Due
6/22/2011
 
Archive Date
8/21/2011
 
Point of Contact
Raymond S. Gaddie, 502-624-8430
 
E-Mail Address
MICC Center - Fort Knox
(raymond.gaddie@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 FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation. Quotes are being requested and a written solicitation will not be issued. This solicitation, 0010064636, is issued as a Request for Quotation (RFQ). The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The associated North American Industrial Classification System (NAICS) code for this procurement is 721214. The size standard for small business is $7.0 million. This RFQ is being issued as UNRESTRICTED. Line Item 0001: JCLC ENCAMPMENT - BILLETING, FACILITY AND EQUIPMENT USAGE FOR JROTC JCLC CADETS AND CADRE, IN ACCORDANCE WITH PWS INCLUDED HEREIN, DURING PERIOD OF 19 TO 22 JULY 2011. Line Item 0002: QTY: 350 EA: MEALS, IN ACCORDANCE WITH THE PWS INCLUDED HEREIN, FOR JROTC CADETS (3 BREAKFAST MEALS; 3 LUNCH MEALS AND 3 DINNER MEALS) DURING THE PERIOD OF 19 TO 22 JULY 2011. Line Item 0003: QTY: 50 EA: MEALS, IN ACCORDANCE WITH THE PWS INCLUDED HEREIN, FOR JROTC CADRE (3 BREAKFAST MEALS; 3 LUNCH MEALS AND 3 DINNER MEALS) DURING THE PERIOD OF 19 TO 22 JULY 2011. Line Item 0004: QTY: 1 EA, CONTRACTOR MANPOWER REPORT IN ACCORDANCE WITH PARAGRAPH 5.7 OF THE PWS INCLUDED HEREIN. Award will be made in the aggregate to the lowest priced, responsive, responsible offeror, Failure to submit an offer on all items will render the offer non-responsive. The following FAR clauses and provisions, in their latest editions apply to this combined synopsis/solicitation. (All clauses throughout this combined synopsis/solicitation can be viewed by accessing the website http://farsite.hill.af.mil/.) (1) FAR provision 52.212-1 [Instructions to offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program, which can be accessed via the internet at www.ccr.gov/. The CCR registration will be confirmed prior to contract award; (2) 52.212-3 (ALT I) [Offeror Representations and Certifications Commercial Items Alternate I] Contractors shall include a completed copy of FAR provision 52.212-3(ALT I)with their offer. If contractor already has information on ORCA website, please indicate this in accordance with this clause; (3) 52.212-4 [Contract Terms and Conditions Commercial Items]; (4) 52.212-5 [Contract Terms and Conditions Required to Implement Statues or Executive Order Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.203-6 [Restrictions on Subcontractor Sales to the Government, with Alternate I]; 52.209-5 Certification Regarding Responsibility Matters ;52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns]; 52.219-8 [Utilization of Small Business Concerns; 52.219-28 [Post Award Small Business Program Representation; 52.222- 3 [Convict Labor]; 52.222-19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities]; 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era,and Other Eligible Veterans]; 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees]; 52.225-13 [Restrictions On Certain Foreign Purchases. (Jun 2008)]; 52.232-33 [Payment by Electronic Fund Transfer Central Contractor Registration]; 52.252-1 [Solicitation Provisions Incorporated By Reference (FEB 1998)] applies to this acquisition and the following website: http://farsite.hill.af.mil/; (5) 52.252-2 [Clauses Incorporated By Reference (Feb 1998)] applies to this acquisition and the following website: http://farsite.hill.af.mil/; (6) 252.212-7001 [Contract Terms and Conditions Required To Implement Statues Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items] applies to this acquisition and the following sub FAR clauses apply; 52.203-3 [Gratuities]; 252.203-7000 [Requirements Relating to Compensation of Former DoD Officials]; 252.225-7012 [Preference for Certain Domestic Commodities]; 252.243-7002 [Requests for Equitable Adjustment]; 252.232-7003 [Electronic Submission of Payment Records] Method of payment for this award will be through Wide Area Work Flow (WAWF); 252.247-7003 Alternate III [Transportation of Supplies by Sea]; (7) 252.212-7010 [Levies on Contract Payments]; (8) 52.204-4 [Printed or Copied Double-Sided on Recycled. Paper (Aug 2000)]; (9) 52.204-7 [Central Contractor Registration (JUL 2006)]; (10) 52.222-22 [Previous Contracts and Compliance Reports]; (11) 52.233-2 [Service of Protest]; (12) 252.203-7002 [Requirement to Inform Employees of Whistleblower Rights]; (13) 252.204-7003 [Control of Government Personnel Work Product]; (14)252.204-7004 Alt I [Required Central Contractor Registration]; (15) 252.209-7001 [Disclosure of Ownership or Control by the Government of a Terrorist Country]; (16) 252.209-7004 [Subcontracting with firms that are owned or controlled by the government of a terrorist country]; (17) 252.212-7000 Offeror Representations and Certifications--Commercial Items. The closing date and time of this combined synopsis/solicitation is 22 June 2011, 12:00 PM EST. Price quotes shall be submitted, on company letterhead, and signed by a company representative with authority to contractually bind the company. Fax or email quotes to MICC Center-Fort Knox (502) 624-7165 (email listed below). Paper copies of this combined synopsis/solicitation will not be issued and telephone requests or FAX requests for this combined synopsis/solicitation will not be accepted. Any questions must be submitted in writing, by fax or e-mail, to Raymond S. Gaddie. Point of Contact(s): Raymond S. Gaddie, Contracting Specialist Phone: 502-624-8430 Email: raymond.gaddie@us.army.mil Contracting Office Address: MICC Center FT Knox BLDG 1109B STE 250 199 6TH AVE FORT KNOX KY 40121-5720 Additional Info: MICC Center-Fort Knox Contracting Opportunities Contracting Office Address: ACA, Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000 STATEMENT OF WORK IN SUPPORT OF JROTC LEADERSHIP CHALLENGE, CAMP FLAMING ARROW LAKE WALES, FL 19-22 JULY 2011 SECTION 1 GENERAL 1. Scope of Work. The contractor shall furnish lodging facilities, training facilities, meal services, furniture, equipment, supplies, management, supervision and labor as specified herein, for the JCLC Leadership Challenge Exercise, 19-22 July 2011, Camp Flaming Arrow, Lake Wales, Florida. The contractor shall provide services in accordance with the terms, conditions and specifications set forth in this statement of work: 1.1.The contractor shall provide the following meals to authorized Personnel (Cadets and cadre): Dinner 19 Jul 11 (350 Each for cadets; 50 each for cadre) Breakfast, 20 Jul 11 (350 Each for cadets; 50 each for cadre) Lunch 20 Jul 11 (350 Each for cadets; 50 each for cadre) Dinner 20 Jul 11 (350 Each for cadets; 50 each for cadre) Breakfast 21 Jul 11 (350 Each for cadets; 50 each for cadre) Lunch 21 Jul 11 (350 Each for cadets; 50 each for cadre) Dinner 21 Jul 11 (350 Each for cadets; 50 each for cadre) Breakfast 22 Jul 11 (350 Each for cadets; 50 each for cadre) Lunch/ BBQ Meal 22 Jul 11 (350 Each for cadets; 50 each for cadre) 1.2. Price. Prices shall be per person for each meal. 1.3. Government Point of Contact. The Government Point of Contact (POC) will be provided upon receipt of contract. The Government POC will provide approval of the final meal selection, final attendee count and confirmation of location and serving times. 1.4 Transportation Requirements. The contractor will transport food and support equipment from the contractor's facility to the designated serving location at Dining Facility (Wood Dining Hall) Camp Flaming Arrow, Lake Wales, Florida. 1.5 Quality Assurance. The government will monitor the contractor's performance under the Commercial Services Inspection Clause. 1.6 Courtesy. The contractor's employees shall be courteous to all persons served under this contract. Courtesy rendered shall be equal to that rendered to other customers of the establishment and equal to that expected of any public lodging facility. Services and consideration provided all guests shall be provided event participants. 1.7. Contractor Personnel Attire. Contractor personnel shall wear clothing that is clean, does not contain statements that may be offensive to others, and does not make up portions of a military uniform. 1.8. Indemnity. The contractor shall hold the government harmless for any damage to or loss of property or any injury to or death of persons as a result of the action or inaction of the contractor or its employees. 1.9. Quality Control. The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this Performance Work Statement (PWS). The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means to assure that the work complies with the requirements of the contract. At a minimum, the contractor shall develop quality control procedures that address the performance standards identified in this PWS. 1.10. The contractor shall provide three (3) days of use of the high & low challenging outdoor personal experience C.O.P.E. course and climbing tower. Contractor shall provide qualified and trained instructors. 1.11. The contractor shall provide three (3) days of use of the canoes/rowboats with instruction on the use of personal flotation devices (PFD's) and paddles/oars. The contractor shall provide two qualified lake front staff instructors to allow up to 44 cadets in canoes/row boats on the water at the same time. 1.12. The contractor shall provide three (3) days usage of the waterfront swimming area and provide lifeguards and spotters. 1.13. The contractor shall provide three (3) days usage of the archery ranges and provide instructional and safety personnel. 1.14. Lodging and Facilities. The Contractor shall provide at a minimum the following. 1.14.1. Facilities. The Contractor shall provide buildings for First Aid Station; In-Processing; and Command Post with Internet Connection. 1.14.2 Lodging. The Contractor will provide Billeting for cadets and cadre that may be any combination of tents with wood floors; screened in pavilions; bunk houses, cabins, lodges, or general purpose buildings. Cots, roll-a-way or other form of beds are required for each individual. Billeting areas must provide adequate bathroom facilities including clean, working showers and sinks with hot and cold running water; toilets or toilets and urinals with running water. Shower curtains or some other form of shower barriers are required. 1.14.2.1 Cadet billeting should be configured to facilitate the 250 males assigned to 4 different companies of approx. 65 males each with each company in a separate campsite or together in 1 or 2 clean lodge buildings, bunk houses, and/or general purpose buildings in proximity to each other. The approximately 100 females must be separated from the males either in different campsites, lodge buildings, bunkhouses and/or general purpose building(s) in proximity to each other. Female Chaperones will stay in female camping area. 1.14.2.2 Cadre billeting. With the exception of female chaperones and male TAC officers and Assistant TAC officers, staff and training committee billeting should be separate from cadet billeting. 6 cadre members will need accommodations in the vicinity of the Command Center with all other cadre spread between cadet camp site and other available lodging. Except for cadre in tents, all cadre will reside in barracks-style, multi-bed facilities. 1.15. Golf Cart / Gators. The Contractor will provide ten (10) gas powered golf carts and five (5) gas powered gators/small multi-purpose logistic support vehicle for use by JROTC Cadre only. No cadets will operate these vehicles. Cost of fuel for all of these vehicles is included in the quote as written. Section 2 - Definitions. Not applicable Section 3: Government Furnished Property. The government will furnish the contractor with an outline of the required support needed for their event. A detailed feeding plan (location of dining site, required support equipment, etc) will be provided to the contractor a minimum of 10 days prior to the start of the event and will be updated as changes occur. Section 4: Contractor Furnished Property. The contractor shall furnish the following in support of this contract: management, supervision, labor, food, transportation, serving equipment, chafing dishes, heating elements, serving utensils, disposable plates, disposable cups, disposable napkins, and disposable utensils for each meal. Section 5: Specific Tasks. 5.1. The contractor, shall provide the following at a minimum: 5.1.1. Transport and set-up all food and serving equipment prior to each meal start time as coordinated with the Government POC. The contractor shall transport food and support equipment to and from the designated serving area at the training site. 5.1.2. Provide all food and condiments for use at each meal. 5.1.2. Provide serving equipment, chafing dishes, heating elements to maintain food temperature, serving utensils, disposable plates, cups, napkins, and utensils for each meal. 5.1.3. Tear down each meal service upon completion and remove all debris from site. 5.1.4. Wipe down and sanitize all tables at serving location. 5.2. The government will furnish cadets to serve each meal to meal participants. 5.3. Menus. The contractor shall provide a menu similar to the following for each meal. All meals shall be served hot. The menu shall be coordinated with the Government POC a minimum of 10 calendar days prior to the event and any changes agreed upon at that time. 5.3.1. Dinner Meal, 19 Jul 11: Lasagna with Meatballs in Sauce (1 Ea 7oz Slice), Tossed Salad & dressing, Rolls and Butter (2 Rolls/2 Tab Butter), Assorted Brownies (1 ea), Milk/Juice (1 ea 8 oz glass), and Coffee (1 ea 8 oz Cup). 5.3.2. Breakfast Meal, 20 Jul 11: Scrambled Eggs (2 Extra Large Eggs per person), French Toast Sticks with Syrup (4 sticks per person), Assorted Fruit, Cold Cereal, Assorted Bagels, Milk/Juice (1 ea 8oz glass), and Coffee (1 ea 8oz cup). 5.3.3 Lunch Meal, 20 Jul 11: Lunch consisting of Assorted Subs, Assorted Salads, Assorted Fruit, Assorted Cookies (2 ea). 5.3.4. Dinner Meal, 20 Jul 11: Turkey (1 Piece Ea), Mashed Potatoes (#12 Scoop), Corn (#12 Scoop), Tossed Salad & Dressing, Assorted Pies (1 ea), Milk/Juice (1 ea 8 oz glass), and Coffee (1 ea 8 oz Cup). 5.3.5. Breakfast Meal, 21 Jul 11: Baked Assorted Frittatas (1 ea), Cinnamon Rolls (1 ea), Assorted Fruit, Cold Cereal, Milk/Juice (1 ea 8oz glass), and Coffee (1 ea 8oz cup). 5.3.6. Lunch Meal, 21 Jul 11: Lunch consisting of Assorted Subs, Assorted Salads, Assorted Fruit, Assorted Cookies (2 ea). 5.3.7. Dinner Meal, 21 Jul 11: Parmesan encrusted chicken (1 Piece Breast or1 Piece Thigh and Leg Equivalent), VT Cheese Potatoes (#12 scoop), Tossed Salad & Dressing, Assorted Dessert Bars (1 ea), Milk/Juice (1 ea 8oz glass), and Coffee (1 ea 8oz cup). 5.3.8. Breakfast Meal, 22 Jul 11: Scrambled Eggs (2 Extra Large Eggs per person), Baked French Toast with syrup (2 pieces ea), Assorted Fruit, Cold Cereal, Milk/Juice (1 ea 8 oz glass), and Coffee (1 ea 8 oz Cup). 5.3.9. Lunch Barbeque Meal, 22 Jul 11: BBQ meal consisting of two meats, beans, coleslaw, beard and choice of dessert, iced tea and lemonade. 5.4. Meal Times. The contractor shall serve meals during the times indicated below: 1700 - 1800 Dinner, 19 Jul11 (350 Each Cadets and 50 Cadre) 0630 - 0730 Breakfast, 20 Jul11 (350 Each Cadets and 50 Cadre) 1200 -1230 Lunch 20 Jul11 (350 Each Cadets and 50 Cadre) 1730 - 1830 Dinner 20 Jul11 (350 Each Cadets and 50 Cadre) 0630 - 0730 Breakfast 21 Jul11 (350 Each Cadets and 50 Cadre) 1200 -1230 Lunch 21 Jul11 (350 Each Cadets and 50 Cadre) 1730 - 1830Dinner 21 Jul11 (350 Each Cadets and 50 Cadre) 0630 - 0730 Breakfast 22 Jul 11 (350 Each Cadets and 50 Cadre) 1200 -1230 Lunch 22 Jul 11 (350 Each Cadets and 50 Cadre) 1730 - 1830 Dinner 22 Jul 11 (350 Each Cadets and 50 Cadre) 0630 - 0730 Breakfast 15 Jun 11 (350 Each Cadets and 50 Cadre) 1200 -1230 Lunch 15 Jun 11 (350 Each Cadets and 50 Cadre) 5.5. Provide certified lifeguards/spotters for waterfront training. 5.6. Provide qualified and trained instructors on high and low COPE course and climbing tower. 5.7. CONTRACTOR MANPOWER REPORTING The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all required information using the following web address: https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contractor Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor, if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/338b90af7b15ccbc2d4e113e9dd1d2b8)
 
Place of Performance
Address: MICC Center - Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY
Zip Code: 40121-5000
 
Record
SN02473921-W 20110617/110615235202-338b90af7b15ccbc2d4e113e9dd1d2b8 (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.