SOLICITATION NOTICE
V -- Strong Bonds, Family, Training Event
- Notice Date
- 12/23/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, 103 FW/LGC, CT ANG, BRADLEY ANG BASE, 100 NICHOLSON ROAD, EAST GRANBY, Connecticut, 06026-9309, United States
- ZIP Code
- 06026-9309
- Solicitation Number
- W91ZRS-16-T-0003
- Archive Date
- 1/19/2016
- Point of Contact
- Pablo L. Ravizzoli, Phone: 8603864004
- E-Mail Address
-
pablo.l.ravizzoli.mil@mail.mil
(pablo.l.ravizzoli.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W91ZRS-16-T-0003 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $32.50M. This requirement is a [ Small Business ] set-aside. Selection will be based on best value to the Government, including price and non-price factors. The Connecticut Air National Guard requires "get-away" hotel/resort/conference space, services, and accommodations sufficiently removed from local area and high traffic areas to facilitate a "retreat-like setting" that is tranquil where families can develop key skills necessary to build effective relationships. Dates: January 15-17, 2016 Attendance: up to 30 families, totaling up to 120 people. Location: within in a 2 hour drive from East Granby, CT. Accommodations required (assuming full attendance, to be confirmed): 6 bedrooms that can accommodate families of 3, 16 bedrooms that can accommodate families of 4, 6 bedrooms that can accommodate families of 5, 2 bedrooms that can accommodate families of 6. Also included in reservation: 4 (event staff) rooms in which 2 rooms will need to accommodate families of 6. These rooms will not be a part of this acquisition, however they are required for staff who will be paying with their individual credit cards. Indoor waterpark and/or other indoor recreation activities, such as a ropes course (to facilitate team building). Parking free of charge or included in room costs. Audio visual equipment and connections ready to use with knowledgeable staff available for assistance. 2 draped tables, 6', for check-in purposes within view of the main registration desk. 4 Family-friendly*, Buffet style Meals of highest quality within federal per diem rates, as follows: Saturday: Breakfast, Lunch, and Dinner Sunday: Lunch Soda, coffee, and water station (with unlimited refills) in the training rooms between the meals. *Breakfast must include pancakes. Lunch and Dinner must include macaroni and cheese as kid-friendly meal items. Meeting/Conference Rooms: One room that will hold/seat 150 people, minimum 4400 sq ft. One room that will hold/seat 30 people, minimum 2400 sq ft. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil Third party offers will not be considered. Proposals must include: Name and location of facility. CAGE code with Active www.SAM.gov Registration. Primary POC name, email, and phone. Itemized pricing for all items required above. Menu of proposed meals. Floor plans of proposed conference spaces. Diagrams or images of waterpark and/or any other entertainment facilities offered Verified capability to process credit card purchases AND Wide Area Workflow electronic invoice system. Latest date prior to event when changes may be made. Statement validating that offer is valid for (a minimum of) 30 days. Proposals are encouraged to include: Relevant past performance information and points of contact. Interested offerors are responsible for monitoring this posting for changes/modifications.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06-1/W91ZRS-16-T-0003/listing.html)
- Place of Performance
- Address: At selected facility., United States
- Record
- SN03976962-W 20151225/151223234039-bdd5b9b53b26a4efd6489d39e470d45a (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 |