Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

72 -- Lodging in Fremont, NE for various dates

Notice Date
3/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USAR Center-Dix, 5418 South Scott Plaza 3rd Floor, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
W91QZD0352N009
 
Response Due
3/5/2010
 
Archive Date
5/4/2010
 
Point of Contact
Christopher Heim, 609 562 3193
 
E-Mail Address
USAR Center-Dix
(christopher.andrew.heim@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation # W91QZD0352N009 is issued as a Request for Quote (RFQ) for lodging during the periods: 11-12 March 2010, 24-28 March 2010, 21 April to 3 May 2010, 17-19 May 2010, and 19-20 May 2010 (see attachment for quantity details). This procurement is being issued as Unrestricted Full and Open Competition. The NAICS code for this acquisition is 721110 with the small business size standard being $7,000,000 or less. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to provide contracted services as set forth below and in the attached Solicitation Bid Schedule. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil or http://www.arnet.gov/far/ ): FAR 52.204-7, Central Contractor Registration; The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition. Paragraphs (d), (e), (h), and (i) are hereby deleted from FAR 52.212-1; FAR 52.212-2 Evaluations- Commercial Items, FAR 52.212-3, Offeror Representatives and Certifications-Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications- Commercial Items apply to this acquisition and offeror(s) must include completed copies with their quote. FAR 52.212-3 and DFAR 252.212-7000 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). The clause at 52.212- 4, Contract Terms and Conditions Commercial Items applies to this acquisition and the following addendum applies: The following paragraphs are hereby deleted from the FAR Clause 52.212-4: (h), (j), (n) and (p); FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text:; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-6; FAR 52.219-28; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.232-33, Payment by Electronic Transfer Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.246-7000, Material Inspection and Receiving Report. Your quote MUST include your DUNS number, CAGE code, and Federal TIN with Company name, Point of Contact and phone number. If you need to obtain or renew a DUNS number or CAGE code, contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. A DUNS (Dun and Bradstreet) number is required in order to register. Lack of registration in the CCR database will make an offeror ineligible for award. All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through Wide Area Work Flow (WAWF). WAWF is the Governments required payment method. Vendors/contractors are to be registered in WAWF to receive payment through electronic funds transfer (EFT). If you are not currently registered in WAWF, please visit the following web-site: https://wawf.eb.mil/ to complete your registration. Additional instructions for WAWF registration are listed in the attached Solicitation Bid Schedule - Request for Quotation (RFQ). In accordance with FAR 52.212-2, the Government will award a contract/purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following evaluation factors shall be used to evaluate offers: Technical (Facility Assessment consisting of cleanliness, security and amenities), Past Performance and Price. Award: Award will be based on the best value to the Government. Best value is based on the above criteria in the following manner: Technical is somewhat more important than Past Performance which is slightly more important than Price. The anticipated award will be a Firm-Fixed Price contract. Offerors must submit quotes on the full quantity identified. Award shall be made to a single offeror. The Contracting Officer reserves the right to make no award under this procedure. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. QUOTES MUST INCLUDE THE FOLLOWING INFORMATION: a) A list of three references for a similar stay. References shall include name/point of contact, address, phone number, and Email address. b) A list of facility amenities. c) Pricing, CAGE code, DUNS number, and Federal Tax ID. Third party providers shall include the additional information requested in the paragraph listed below ----Failure to provide this information with your quote will deem your quote non-responsive. This is NOT a solicitation for Event Planning Services. For a proposal submitted by an offeror that is not a hotel, the offeror must describe in its proposal the technical approach for the offeror's services as a prime contractor and must also include a copy of all insurance (s) (standard business, liability, extraordinary insurances) in order to submit a complete technical proposal for evaluation purposes. Again, this is NOT a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. Requirements for this request for quote are listed in the attached Solicitation Bid Schedule which contains the required CLINs. Contractors are to complete the Solicitation Bid Schedule and return by the RFQ submittal date & time listed within. Only one quote per contractor will be considered. All late quotes will be rejected. NOTE: All prices must include all applicable taxes, fees, gratuities and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT LOCATION: The Hotel must be within the city limits of Fremont, NE. The contractor is put on notice that the Government will not be held liable for any requirement that is to be paid for by participants or any amounts associated with those items, including any guaranteed minimum purchases that the contractor may require. REQUIRED RESPONSE DATE: Quotes must be received by 1:30 P.M. Eastern Time (ET) on 5 March 2010. Quotes may be e-mailed to Christopher Heim, Contract Specialist at christopher.andrew.heim@us.army.mil. An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be addressed to Christopher Heim, Contract Specialist, via email at the contact information previously provided. All questions or inquires must be submitted in writing. Quotes are being requested and a written solicitation will not be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/772ece315300ce76334f50f3454ec79f)
 
Place of Performance
Address: USAR Center-Dix 5418 South Scott Plaza 3rd Floor, Fort Dix NJ
Zip Code: 08640-5097
 
Record
SN02080312-W 20100304/100302234823-772ece315300ce76334f50f3454ec79f (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.