Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
MODIFICATION

V -- Lodging/Conference Houston TX

Notice Date
7/15/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, Army Reserve Contracting Center - North, 2103 South 8th Avenue, Fort McCoy, WI 54656
 
ZIP Code
54656
 
Solicitation Number
W90T7E9154N001
 
Response Due
7/20/2009
 
Archive Date
1/16/2010
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT 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 W90T7E9154N001 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 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $7.00M. 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 2009-07-20 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The US ACA FT McCoy requires the following items, Meet or Exceed, to the following: LI 001, LODGING: JULY 24-26 2009: FIFTY-TWO (52) DOUPLE OCCUPANCY ROOMS EACH NIGHT FOR TWO (2) NIGHTS. CHECK IN: 24 JULY 09, CHECK OUT: 26 JULY 09. GOVERNMENT IS NOT RESPONSIBLE FOR ROOM SERVICE CHARGES, LONG DISTANCE PHONE CHARGES, INTERNET SERVICES CHARGES, OR MOVIE RENTALS. THE GOVERNMENT WILL ONLY PAY FOR ROOMS ACTUALLY USED. RATE MUST BE AT OR BELOW GOVERNMENT PER DIEM., 104, EA; LI 002, CONFERENCE ROOM AND BREAK OUT ROOMS: JULY 24-26 2009: ONE (1) LARGE CONFERENCE ROOM TO ACCOMMODATE UP TO 150 GUESTS, CLASSROOM STYLE SET-UP FOR USE ON 25 JULY 09, 07:30 UNTILL 17:00, AND ON 26 JULY 09 FROM 08:00 UNTILL 12:00 ONE (1) SMALLER BREAK OUT ROOMS, CLASSROOM STYLE SET-UP, WHICH CAN ACCOMMODATE UP TO TWENTY-FIVE (25) PEOPLE. ONE (1) SMALLER BREAK OUT ROOM, WITH TV AND VIDEO PLAYER, WHICH CAN ACCOMMODATE UP TO TWENTY (20) CHILDREN. NINE (9) VENDOR TABLES/BOOTHS JUST OUTSIDE CONFERENCE ROOM. VENDORS USAGE OF INTERNET OR ANY OTHER EQUIPMENT OR SERVICES WILL BE PAID FOR BY THE VENDOR., 1, EA; LI 003, AUDIO/VIDEO EQUIPMENT: JULY 24-26 2009: THE LARGE CONFERENCE ROOM REQUIRES TO HAVE A PROJECTION SCREEN (PROJECTOR NOT NEEDED), AND MICROPHONE WITH SPEAKERS. WIRELESS INTERNET ACCESS IS REQUIRED FOR CONFERENCE ROOM AND BREAKOUT ROOMS., 1, EA; LI 004, LODGING: 11-13 SEPTEMBER: FIFTY-TWO (52) DOUPLE OCCUPANCY ROOMS EACH NIGHT FOR TWO (2) NIGHTS. CHECK IN: 11 SEPT. 09, CHECK OUT: 13 SEPT. 09 GOVERNMENT IS NOT RESPONSIBLE FOR ROOM SERVICE CHARGES, LONG DISTANCE PHONE CHARGES, INTERNET SERVICES CHARGES, OR MOVIE RENTALS. THE GOVERNMENT WILL ONLY PAY FOR ROOMS ACTUALLY USED. RATE MUST BE AT OR BELOW GOVERNMENT PER DIEM., 104, EA; LI 005, CONFERENCE ROOM AND BREAK OUT ROOMS: SEPTEMBER 11-13 2009: ONE (1) LARGE CONFERENCE ROOM TO ACCOMMODATE UP TO 150 GUESTS, CLASSROOM STYLE SET-UP FOR USE ON 12 SEPT 09, 07:30 UNTILL 17:00, AND ON 13 SEPT 09 FROM 08:00 UNTILL 12:00 ONE (1) SMALLER BREAK OUT ROOMS, CLASSROOM STYLE SET-UP, WHICH CAN ACCOMMODATE UP TO TWENTY-FIVE (25) PEOPLE. ONE (1) SMALLER BREAK OUT ROOM, WITH TV AND VIDEO PLAYER, WHICH CAN ACCOMMODATE UP TO TWENTY (20) CHILDREN. NINE (9) VENDOR TABLES/BOOTHS JUST OUTSIDE CONFERENCE ROOM. VENDORS USAGE OF INTERNET OR ANY OTHER EQUIPMENT OR SERVICES WILL BE PAID FOR BY THE VENDOR., 1, EA; LI 006, AUDIO/VIDEO EQUIPMENT: SEPT 11-13 2009: THE LARGE CONFERENCE ROOM REQUIRES TO HAVE A PROJECTION SCREEN (PROJECTOR NOT NEEDED), AND MICROPHONE WITH SPEAKERS. WIRELESS INTERNET ACCESS IS REQUIRED FOR CONFERENCE ROOM AND BREAKOUT ROOMS., 1, EA; LI 007, GENERAL INFORMATION: TO BE CONSIDERED FOR AWARD THE FACILITY SHALL PROVIDE THE FOLLOWING AMMENITIES: 1. GIFT SHOP 2. SWIMMING POOL and HOT TUB3. EXERSISE ROOM 4. FULL SERVICE RESTURANT 5. ROOM SERVICE6. HIGH SPEED INTERNET ACCESS7. SHUTTLE SERVICE TO AIRPORT8. PARKING 9. BE WITHIN EASY WALKING DISTANCE TO FAMILY STYLE ATTRACTIONS, 1, EA; For this solicitation, US ACA FT McCoy 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. US ACA FT McCoy is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, 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, notify the point of contact 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 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. 52.252-1 Solicitation provisions Inc by Ref, 52.212-4 Contract Term/Condit, 52.209-6 Protecting the Government's Interests when subcontracting with contractors Debarred, suspended or Proposed for Debarment, 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: 52.219-28 Post award Small Business Program Representations, 52.222-3 Convict Labor, 52.222-19 Child Labor-Equal Opportunity, 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, 52.225-13 Restrictions of Certain Foreign Purchases, 52.232-33 Payment by electronic funds transfer. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. 252.232-7003 Electronic Submission of Pay Req, 242.232-7010 Levies on Contract Payments, 252.243-7001 Pricing of Contract Modifications, 252.204-7003 Control of Government Personnel Work Product, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7003Electronic Submission of Pay7ment Requests and Receiving Reports, 252.247-7023 alt lll Transportation of Supplies by Sea CCR Requirement - Company must be registered UNDER NAICS CODE 721110 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. Sellers MUST BE REGISTERED UNDER NAICS CODE 721110 and present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. Bid MUST be good for 30 calendar days after submission In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ27/W90T7E9154N001/listing.html)
 
Place of Performance
Address: Multiple shipping information.<br />
Zip Code: Multiple<br />
 
Record
SN01875669-W 20090717/090715235310-f0e9284d8c7c7258b3b9cb258bff1f62 (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.