Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

V--Yellow Ribbon Event in Chicago, IL, 20-22 Feb 09

Solicitation Number: W911SA-09-T-0054
Agency: Department of the Army
Office: Army Contracting Agency, North Region
Location: Army Reserve Contracting Center - North
  • Print
:
W911SA-09-T-0054
:
Combined Synopsis/Solicitation
:
Added: Feb 11, 2009 4:24 pm
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition procedures in FAR 13 and the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. W911SA-09-T-0054 is issued as a Request for Quotation (RFQ) and is due by 13 Feb 2009, 0800 hrs CST. This solicitation is UNRESTRICTED participation under NAICS code 721110 with a small business size standard of $7.0 M. Ensure pricing is broken down by CLIN and SUBCLIN. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09.
CLIN 0001,The 88th RSC is conducting 60-Day and 90-Day Post-Deployment Yellow Ribbon Reintegration events20-22 February, 2009 in Chicago, IL for the Soldiers and up to 2 Family members of various USAR units within the 88th RRC/RSC AOR that have REFRADed and are eligible for this training. It is anticipated that 322 previously deployed Soldiers and up to 448 Family members will attend the Yellow Ribbon Reintegration events.
CLIN 0002 Sleeping Rooms, The Government will only pay for actual rooms used. Rooms will include daily maid service and trash removal. The Government is not responsible for long-distance phone calls, movie rentals, internet fees, and room service charges.
SUBCLIN 0002AA, Attendee Sleeping Rooms, 390 Double Occupancy Rooms x 2 Nights (780 Rooms) Check In: 20 Feb 09 Check Out: 22 Feb 09,
SUBCLIN 0002AB, Support Staff Sleeping Rooms-Long Group, 10 Single Occupancy Rooms x 5 Nights (50 Rooms), Check In: 18 Feb 09 Check Out: 23 Feb 09,
SUBCLIN 0002AC, Support Staff Lodging-Main Party, 30 Single Occupancy Rooms x 3 Nights (90 Rooms), Check In: 19 Feb 09 Check Out: 22 Feb 09,
CLIN 0003, MEETING ROOMS, The following 14 rooms are required to accommodate the group. Rooms must be in one location, including large presentation rooms, individual consultation rooms, child activities rooms, operations center, PDHRA room and the eating space. a. Three (3) presentation rooms, each capable of holding approximately 200-300 persons in rounds of 8 seating are required. b. Six (6) additional rooms are needed for individual counseling or program support, including one (1) room to function as the Instructor Ready Room. c. One (1) additional room will be used for Soldiers to input the PDHRA forms. d. One (1) large (25 occupancy) room will be used as the Event Operations Center. e. One (1) banquet room for Saturday and Sunday breakfast, Saturday lunch, and Saturday evening dinner, each for 770 attendees and 40 staff, for a total 810 persons. f. Two (2) unfurnished rooms with space for up to 25 children and child-activities staff each. Children will be 6-17 years old.
CLIN 0004, AUDIO/VISUAL SUPPORT, 1. Two (2) 10 x 10 Screen or larger x 2 days (Saturday and Sunday for each presentation room. 2. One (1) handheld wireless microphone and one (1) lavalier wireless micophone x 2 days (Saturday and Sunday) for each presentation room 3. Sound patch to laptop in each presentation room to play videos. 4. One (1) highspeed internet access point in the Operations Center from the Thursday of the event through Sunday Noon. 5. One (1) highspeed internet access point in the Instructor Ready Room from the Thursday of the event through Sunday Noon. 6. One (1) television set with DVD in each of the two (2) children activity rooms.
CLIN 0005, ADDITIONAL SUPPORT ITEMS, The following items are required to support the event: a. Copy center access for up to 3,000 copies if changes are needed to program materials. b. Ten (10) tables with chairs in the registration area, each table skirted and covered. c. Thirty (30) tables with chairs in Vendor area for tables/booths, each table skirted and covered. Power and internet access to such tables will be the responsibility of the vendor/agency, not the government.
CLIN 0006, Four (4) meals will be provided: Saturday and Sunday breakfast, Saturday lunch, and Saturday dinner. Meal prices cannot exceed the daily government per diem rate for meals. Food and beverage charges are based on the following: 322 Soldiers, 448 Family Members, and 40 support staff/presenters, for a total 810 servings per meal. Breakdown is as follows: a. Breakfast: Buffet of hot foods, fruit and/or cereal on Saturday and Sunday morning of event. 810 servings X 2 meals = 1,620 breakfast meal charges. b. Lunch: Sandwich buffet on Saturday of the event. 810 lunch meal charges. c. Dinner: Buffet of hot foods on Saturday evening of event, due to training schedule, with 810 dinner meal charges.
CLIN 0007, Parking will be needed by an estimated 25 percent of the Soldiers attending for two (2) nights, Friday and Saturday of the event. Parking will also be needed by the advance party for five nights, Wednesday through Monday of the event.Parking will be provided at no charge to the attendee.

The full text of provisions and clauses incorporated herein may be accessed electronically at the following sites: http://farsite.hill.af.mil/, http://www.arnet.gov/far, and http://aca.saalt.army.mil/Community/policies.htm. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial (no addenda), and FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items apply to this acquisition. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.219-28, Post Award Small Business Program Rerepresentation; 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 Handicapped Workers; 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 ; 52.222-50, Combating Trafficking in Persons; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement for Equivalent Rates for Federal Hires; 52.222-44, Fair Labor Standards Act and Service Contract Act-price Adjustment. FAR 52.252-2, Clauses Incorporated By Reference. DFAR 252.201-7000, Contracting Officers Representative and 252.204-7004 Alt. A, Central Contractor Registration (52.204-7) and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (a) 52.203-3, Gratuities; 252.232-7003 Electronic Submission of Payment Requests; 225-7001 and 252.247-7023 Transportation of Supplies by Sea ALT III. U.S. Department of Labor Wage Determination(s)/Decision(s) 2005-2577 Rev (6) is/are incorporated into this solicitation and shall be applicable to any resultant contract and can be retrieved at http://www.wdol.gov/. In accordance with 252.232-7003, payment requests are required to be submitted in electronic form through Wide Area WorkFlow; contractors are referred to the web site of Wide Area WorkFlow-Receipt and Acceptance https://wawf.eb.mil for more information. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms, DUNS number, Tax Identification Number, and technical information displaying features of proposed equal for comparison to suggested product. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov. In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. A DUNS number is required for CCR registration. If your company does not have a DUNS#, obtain one by calling 800-333-0505. Quotes may be submitted by mail or Email. If you have questions, contact Robert Echternach, Contract Specialist, robert.echternach@us.army.mil. Phone: 608-388-0517. Please email quotes no later than 0800 hrs CST.

:
Army Reserve Contracting Center - North, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
:
Army Reserve Contracting Center - North Building 2103, 8th Avenue, Fort McCoy WI
54656-5153
US
:
Robert Echternach, 608-388-0517

Army Reserve Contracting Center - North