Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2010 FBO #2980
MODIFICATION

V -- Conference in Las Vegas during the timeframe of 31 Jan and 5 Feb 2010

Notice Date
1/19/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
2103 South 8th Avenue, Fort McCoy, WI 54656
 
ZIP Code
54656
 
Solicitation Number
W90R17934N001
 
Response Due
1/22/2010
 
Archive Date
7/21/2010
 
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 W90R17934N001 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 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 488999 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 2010-01-22 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT MCCOY, WI 54656 The US ACA FT McCoy requires the following items, Meet or Exceed, to the following: LI 001, General Session Conference Room capable of supporting 120 people. To be used on 1 Feb and 5 Feb during the timeframe of 07:30 to 17:00. Room should have:Tables ChairsWireless MicrophonePodium2 projector screens and projectorsWireless Internet, 2, EA; LI 002, 4 Breakout rooms each capable of supporting 40 people. To be used during the timeframe of 2-4 Feb 2010 from 07:30 to 17:00. 4 rooms x 3 days TablesChairsWireless MicrophonePodiumProjector Screen and ProjectorWired Internet Access for 40 laptops, 4, EA; LI 003, 1 Breakout room capable of supporting 10 people. To be used during the timeframe of 2-4 Feb 2010 from 07:30 to 17:00. 1 room x 3 days TablesChairsWired internet for 5 laptops, 1, EA; LI 004, The government will not be responsible for room service charges, long distance phone calls, movie rental charges, or internet service charges. The government will only pay for rooms actually used. All rooms must be at or below the government per diem rate. 120 rooms X 5 nights 31 Jan - 5 Feb 2010, 600, 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 hotel has to offer the following: Lighting in the parking lot; small gift shop, 24 hour coffee shop, 24 hour complimentary exercise room, full service restaurant or food court and a lounge, TV with remote, coffee maker, in-room safe, Internet access, elevator, valet laundry, telephone, vending and ice machines. Vendor must provide literature supporting this. Venue must have meeting space for multiple simultaneous briefings; conference space (Ballroom) must be free of pillars or obstructions, an operations center, counseling rooms, and child/youth activities areas. All meeting and sleeping rooms must be under the same roof. In accordance with the Hotel and Motel Fire Safety Act of 1990, Public Law 101-391, conferences, seminars, and other meetings, must be held at facilities with fire-safe approved accommodations. Approved accommodation is defined as any place of public lodging that is listed on the national master list of approved accommodations. The national master list of all approved accommodations is compiled, periodically updated, and published in the Federal Register by FEMA. Additionally, the approved accommodation list is available on the U.S. Fire Administrations Internet site at http://www.usfa.fema.gov/hotel/index.htm. The approved accommodation for this requirement shall be listed on this site and will be validated as such prior to award. COR - SFC William Allen 801-656-4051 If an offer is based on a teaming/partnering relationship, the offeror shall provide with its quote, all required solicitation information for all parties including a copy of the agreement of the hotel, on official hotel letterhead, and include information which identifies the responsibilities for each entity under this purchase order. The agreement shall demonstrate the existence of a relationship between firms and their agreement to provide the services required under this acquisition. If at any time during the acquisition process, the hotel becomes unavailable as proposed, any replacement agreement with a different hotel shall be submitted to the Government for consideration and approval. 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. FAR 52.212-2 applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 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: 52.203-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.225-13, 52.232-33 and 52.232-34. The full text of a FAR/DFAR provision or clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.203-7000 Req Relating to Compensation of former DOD officials; 252.232-7003 Elec Submission of Payment Req and Rec Reports; 252.247-7023 (Alt III) Transportation of Supplies By Sea. Also applicable: 252.203-7002, 252.204-7003, 252.232-7010 and 252.243-7001. 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. Company must be registered with required NAICS 721110. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. 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 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution.***HQ Army Material CommandOffice of Command Counsel9301 Chapek Rd, Room 2-1SE3401Ft. Belvoir, VA 22060-5527Facsimile number (703) 806-8866 or 8875*** ***Packages sent by FedEx or UPS should be addressed to:HQ Army Material CommandOffice of Command CounselRoom 2-1SE34011412 Jackson LoopFt. Belvoir, VA 22060-5527*** The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. The following U.S. Department of Labor Wage Determination(s)/Decision(s) are incorporated into this solicitation and shall be applicable to any resultant contract and can be retrieved at http://www.wdol.gov/ :Wage Determination No: 1995-0082, Revision No: 21, Date Of Revision: 05/26/2009 This clause supplements clause 52.212-1 and 52.212-2 which is included elsewhere in this request for quotes. Interested contractors must submit the following with their quote. Quotes, which do not contain this information, may be determined unacceptable, or may be judged as not representing the best overall value to the Government. 1. Completed SF 1449, Addendum to Section B, or acceptable alternative. Prices quoted will be evaluated for completeness, reasonableness, and realism. Realism will be used to identify quotes which are unusually low and which therefore indicate a potential misunderstanding of the solicitations requirements, or which increase the risk of unsuccessful contract performance. 2. Past Performance Information which evidences the level of quality in which the Contractor has performed prior similar contracts. Based on the quotes received, the Government may contact some, all, or none of the references provided. A vendors level of past performance may be evaluated solely on the information provided by that vendor. Therefore vendors are advised to submit no less than the following information for three similar (scope and work) contracts performed in the past three years: a. Offerors are cautioned that in conducting the performance risk assessment, the Government may use data provided in the offerors proposal and data obtained from other sources. However, the burden of providing thorough, complete, and current past performance information as requested in this paragraph remains the offerors responsibility. Since the Government may not necessarily interview all of the sources provided by the offerors, it is incumbent upon the offerors to explain the relevance of the data provided. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proving low performance risk rests with the offerors. b.The offeror shall ensure that the documentation required in support of Past Performance is supplied by the evaluating agency to the Contracting Officer. It is the offerors responsibility to follow up with the evaluating customer to ascertain if the required information has been forwarded prior to the established closing date. The Government will not seek out corrections to incomplete or insufficient information on behalf of offerors. Unverifiable information will not be considered in the past performance assessment. NOTES: No Past Performance Survey submittals (mailed, emailed, or faxed) will be accepted from the offeror being evaluated. The offeror should verify completion and submittal of the forms with the agencies/companies to which they provided the questionnaire. Mail transmittal: the completed survey may be returned to:Mission & Installation Contracting Command, Directorate of ContractingATTN: CCMI - ARM (Brittaniya Poirier)2103 South 8th AvenueFort McCoy, Wisconsin 54656-5153Phone: 608-388-6104Electronic Mail Transmittals: The completed survey may be emailed to:brittaniya.j.poirier@us.army.milFaxed transmittals: The completed survey may be submitted to:Mission & Installation Contracting Command, Directorate of ContractingFAX (608) 388-7080, ATTN: Brittaniya Poirier
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4af64ecbd8155f2164a967864bfe8914)
 
Place of Performance
Address: FORT MCCOY, WI 54656
Zip Code: 54656
 
Record
SN02044827-W 20100121/100119235130-4af64ecbd8155f2164a967864bfe8914 (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.