Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
MODIFICATION

V -- HOTELS FOR RIVERWALK

Notice Date
6/14/2007
 
Notice Type
Modification
 
Contracting Office
1001 761st Tank Battalion Avenue, Room W113, Fort Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W91Z607129001
 
Response Due
6/11/2007
 
Archive Date
12/8/2007
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W91Z607129001 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-15. The associated North American Industrial Classification System (NAICS) code for this procurement is 488999 with a small business size standard of $6M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-06-11 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be San Antonio, TX 78205 The USA ACA Fort Hood requires the following items, Meet or Exceed, to the following: LI 001, 4ID Offsite Lodging 1st night (17 July 2007) FFP 7 double occupancy guest room's service for the 4ID Offsite conference IAW per diem (Gov rate). FOB: Destination PURCHASE REQUEST NUMBER: W91Z607129001, 1, U.S. Dollars; LI 002, 4ID Offsite Lodging 2nd night (18 July 2007) FFP 147 double occupancy guest Rooms for the 4ID Offsite. **Request 2 suite upgrades (included in 147 rooms) IAW per diem rate, and 1 complimentary room per 50 rooms booked FOB: Destination PURCHASE REQUEST NUMBER: W91Z607129001, 1, U.S. Dollars; LI 003, 4ID Offsite Lodging 3rd night (19 July 2007) FFP 140 double occupancy guest Rooms for 4ID Offsite. **Request 2 suite upgrades (included in 140 rooms) IAW per diem rate and 1 complimentary room per 50 rooms booked) FOB: Destination PURCHASE REQUEST NUMBER: W91Z607129001, 1, U.S. Dollars; LI 004, 4ID Offsite Conference Rooms FFP 4ID Offsite Conference room, accommodating 225 persons, at round tables (10 seats per table) for the following: 18 July 2007 from 1000 hours through 20 July 2007 1300 hours: Conference Meeting Room will be used for the Emergency Operations Center (EOC) on 18 July 2007: 1 Conference Room from 1600 hours to 2300 hours. On 19 July 2007: 1 Conference Room from 0700 hours to 1700 hours. On 20July 2007: 1 Conference Room from 0700 hours to 1300 hours. FOB: Destination PURCHASE REQUEST NUMBER: W91Z607129001, 1, U.S. Dollars; LI 005, 4ID Offsite Food and Beverage FFP Meals / breaks provided by the hotel for the following: On 18 Jul 2007: -plated (seated) Dinner for 232 persons x $ each = $ . Dance Floor Complimentary. On 19 Jul 2007:-Continental Buffet Breakfast for 232 persons x $ each = $ . -Lunch of Sandwiches and salads for 232 x $ each = $ . -Afternoon break for 113 persons of: mixed nuts, assorted chips at $ per person= $ . -Afternoon break for 113 persons: chocolate nut biscotti (3 dozen at $ per dozen= $ ), assorted cheese cake squares (4 dozen at $ per dozen= $ ), miniature French pastries (3 dozen @ $ per dozen = $ ), and assorted petit fours (2 dozen @ $ per dozen = $ )= $ On 20 July 2007: Continental Buffet Breakfast for 225 persons x $ each = $ .**Request pitchers of water, coffee, iced tea, and a selection of herbal teas be available continuously (to serve 230 persons) during our occupancy of conference rooms (night of 18 July, day of 19 July, and morning of 20 July) 230 persons x $ = $ x 2 days = $ . FOB: Destination PURCHASE REQUEST NUMBER: W91Z607129001, 1, U.S. Dollars; For this solicitation, USA ACA Fort Hood intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Hood is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Johanna Goodman at johanna.goodman@us.army.mil or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to johanna.goodman@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 252.212-7001 is incorporated with 252.225-7001 and 252.232-7003 applicable. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2006) CLAUSES INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration JUL 2006 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.232-7010 Levies on Contract Payments DEC 2006 The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52.222-41, 52.222-42. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). Sellers shall offer the best delivery times. FOB Destination Conus (Continental U.S). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Period of performance for this requirement is 17-20 July 2007 IAW Performance Work Statement and Wage Determination see attachments. Clause 52.000-4052 WAGE DETERMINATION REQUIREMENTS AND INFORMATION: (a) As indicated in FAR Clause 52.212-5(c)(1), the contractor agrees to comply with the following FAR clause, which is incorporated by reference: 52.222-41, Service Contract Act of 1965, As Amended Wage determination 2005-2523 Revision No.: 3 dated 05/29/2007 is provided as an attachment. (b) As indicated in FAR Clause 52.212-5(c)(2), the following FAR clause is also applicable to this solicitation/contract and is incorporated by reference: 52.222-42, Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, the Statement of Equivalent Rates for Federal Hires identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. In reference to this solicitation/contract, the following information is provided: Cashier $10.09 plus % 27.3 fringe Cook I $14.43 plus % 27.3 fringe Food Service $ 9.79 plus % 27.3 fringe House Keeping Aide $17.13 plus % 27.3 fringe THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. 52.000-4057 ELECTRONIC FUNDS TRANSFER (EFT) PAYMENT 1. When payment will be accomplished by electronic funds transfer, in accordance with FAR 52.232-33, the Contractor shall render original invoice and three (3) copies to the address contained in the Payment Will Be Made by Block on Page 1 of the order/contract. Or follow the procedures for electronic invoicing in accordance with Wide Area Workflow (WAWF) (POC is Electronic Business Operational Support Team 866-618-5988). To inquire whether DFAS has made a payment, you can check out the DFAS Web Page at http://www.dfas.mil/money/vendor/ (scroll down and select ?query by contract number? and then type in your contract/order number to check on a payment. 2. MINIMUM INVOICE REQUIREMENTS FAR 52.232-25, Prompt Payment Act, requires the following information, as a minimum, for an invoice to be considered acceptable. (i) Name and address of the Contractor. (ii) Invoice number. (All invoices must contain an invoice number.) (iii) Invoice date. (The Contractor is encouraged to date invoices as close as possible to the date of the mailing or transmission.) (iv) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number). (v) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. (vi) Shipping and payment terms (e.g., shipment number and date of shipment, prompt payment discount terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. If freight/shipping costs have been separately proposed and appear as a separate line item on this order or contract, only one (1) payment can be made against that line item. Multiple payments against this line item will not be made. Therefore, such charges shall be consolidated and billed in one consolidated invoice. The invoice shall include supporting documentation for the total amounts billed. (vii) Name and address of Contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment). (viii) Name (where practicable), title, phone number, and mailing address of person to be notified in the event of a defective invoice. (ix) Any other information or documentation required by the contract (such as evidence of shipment). (x) While not required, the Contractor is strongly encouraged to assign an identification number to each invoice. 3. PAYMENT PROBLEMS If payment problems persist after contacting the appropriate number above, you may contact your administrator by visiting our website http://ccmd.hood.army.mil. After you have entered our website click on Active Contracts, find your contract/order number, then click on the words Contract Administrator. Clicking on the words will bring up the email request form. Please note that the required fields on the email request must be filled-in. Type in your question, hit the send button and your message will be forwarded to the administrator assigned to your contract/order. 52.000-4058 ALTERNATIVE DISPUTE RESOLUTION (ADR) NOTICE In furtherance of Federal policy and the Alternative Dispute Resolution Act of 1990, ADR Act, Pub. L. 101-552, the Contracting Officer will try to resolve all post award acquisition issues in controversy by mutual agreement of the parties. Interested parties are encouraged to use alternative dispute resolution procedures to the maximum extent practicable in accordance with the authority and the requirements of the ADR Act. 52.000-4087 ADMINISTRATIVE CONTRACTING OFFICE After award, the Administrative Contracting Office for this acquisition will be: Army Contracting Agency Southern Region (ACASR), Fort Hood Contracting Command Contract Administration Division Building 1001, 761st Tank Battalion Fort Hood, TX 76544-5059 Phone: (254) 287-3504 Provide breaksdown in spreadsheet for All 5 line items, see attachent. Spreadsheet breakdown needs to be emailed directly to johanna.goodman@us.army.mil
 
Web Link
www.fedbid.com (b-41227_03, n-6162)
(http://www.fedbid.com)
 
Place of Performance
Address: San Antonio, TX 78205
Zip Code: 78205
Country: US
 
Record
SN01319059-W 20070616/070614221302 (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  © 1994-2020, Loren Data Corp.