Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SOLICITATION NOTICE

V -- Military Training Services Support (MTSS) Off-Post Lodging, Fort Sill, Oklahoma

Notice Date
6/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Fort Sill DOC, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L10R0010
 
Response Due
6/18/2010
 
Archive Date
8/17/2010
 
Point of Contact
DEIDRA ZERZAVY, 580-442-5204
 
E-Mail Address
Fort Sill DOC
(deidra.zerzavy@conus.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. ACTION CODE: Combined Synopsis/Solicitation Notice CLASS CODE: V231 NAICS CODE: 721110 SUBJECT: Military Training Services Support (MTSS) Off-Post Lodging, Fort Sill, OK SOLICITATION NUMBER: W9124L-10-R-0010 SET-ASIDE CODE: Unrestricted CLOSING DATE: 18 June 2010 at 4:00 p.m. CST PLACE OF PERFORMANCE: The place of performance for this Indefinite Quantity Contract shall be local area hotels servicing the Lawton, Oklahoma area within 35 mile radius, one way from Fort Sill, OK. POINT OF CONTACT: Deidra Zerzavy, Contract Specialist, PH: 580-442-5204 or e-mail deidra.zerzavy@us.army.mil. (A.) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, 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. (B.) This Solicitation is a Request for Proposal (RFP) for MTSS Off-Post Lodging for Soldiers in accordance with the Performance Work Statement. (C.) VENDOR MUST PROVIDE THE FOLLOWING INFORMATION: *Company Name/Address: *DUNS #: *Cage Code: *Federal Tax ID: *Business Size: *Business Type: ____________(Minority/Woman-Owned/Disadvantaged/Veteran-Owned, etc.) *Delivery Date: days After Receipt of Order (ARO) *Point of Contact: *POC Phone/Fax/E-mail: *Total amount of Bid: $_____________ Current CCR Registration is Mandatory. PAYMENT WILL BE MADE BY GOVERNMENT PURCHASE CARD (VISA). THE GOVERNMENT WILL NOT AND CANNOT MAKE PAYMENT THROUGH PAYPAL. PROPOSALS SHALL BE SUBMITTED WITH SPECIFICATIONS OF THE FACILITY AMENITIES THAT YOU WILL BE PROVIDING. (D.) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-41, Effective 13 May 2010. (E.) This requirement is solicited as Unrestricted. The associated NAICS code is 721110 and size standard is $7.0 million. This solicitation is issued under FAR Subpart 13.5, Test Program For Certain Commercial Items. (F.) BID SCHEDULE: CLIN 0001: Quantity: 11,572 room nights. Base MTSS Off-Post Lodging, FFP, Base Year for MTSS Off-Post Lodging - See Performance Work Statement (PWS) for further details. Delivery Orders to be cut on a Quarterly Basis to awarded contractors. FOB: Destination. Period of Performance: one (1) year from date of award. Unit Price per Room Night: _____________; Total Bid Amount: ____________________ CLIN 1001: Quantity: 11,572 room nights. Option Year #1 MTSS Off-Post Lodging, FFP, Option Year #1 for MTSS Off-Post Lodging - See Performance Work Statement (PWS) for further details. Delivery Orders to be cut on a Quarterly Basis to awarded contractors. FOB: Destination. Period of Performance: Beginning the first day after the expiration of CLIN 0001 and extending for a 12 month period. Unit Price per Room Night: _____________; Total Bid Amount: ____________________ CLIN 1002: Quantity: 11,572 room nights. Option Year #2 MTSS Off-Post Lodging, FFP, Option Year #2 for MTSS Off- Post Lodging- See Performance Work Statement (PWS) for further details. Delivery Orders to be cut on a Quarterly Basis to awarded contractors. FOB: Destination. Period of Performance: Beginning the first day after the expiration of CLIN 1001 and extending for a 12 month period. Unit Price per Room Night: _____________; Total Bid Amount: ____________________ CLIN 1003: Quantity: 11,572 room nights. Option Year #3 MTSS Off-Post Lodging, FFP, Option Year #3 for MTSS Off-Post Lodging- See Performance Work Statement (PWS) for further details. Delivery Orders to be cut on a Quarterly Basis to awarded contractors. FOB: Destination. Period of Performance: Beginning the first day after the expiration of CLIN 1002 and extending for a 12 month period. Unit Price per Room Night: _____________; Total Bid Amount: ____________________ CLIN 1004: Quantity: 11,572 room nights. Option Year #4 MTSS Off-Post Lodging, FFP, Option Year #4 for MTSS Off-Post Lodging - See Performance Work Statement (PWS) for further details. Delivery Orders to be cut on a Quarterly Basis to awarded contractors. FOB: Destination. Period of Performance: Beginning the first day after the expiration of CLIN 1003 and extending for a 12 month period. Unit Price per Room Night: _____________; Total Bid Amount: ____________________ CLIN 1005: Quantity: 5,785 room nights. Six-Month Extension, if required, MTSS Off-Post Lodging, FFP, MTSS Off-Post Lodging - See Performance Work Statement (PWS) for further details. Delivery Orders to be cut on a Quarterly Basis to awarded contractors. FOB: Destination. Period of Performance: Beginning the first day after the expiration of CLIN 1004 and extending for a six (6) month period. Unit Price per Room Night: _____________; Total Bid Amount: ____________________ (REFERENCE FAR CLAUSE 52.217-8 OPTION TO EXTEND SERVICES) TOTAL AMOUNT OF ITEMS 0001-1005: $________________ REFERENCE FAR CLAUSE 52.216-19 ORDER LIMITATIONS. MINIMUM ORDER TO BE ISSUED UNDER RESULTANT CONTRACT(S): FIVE (5) ROOM NIGHTS PER QUARTER. (G.) TASK ORDER PERFORMANCE WORK STATEMENT (PWS) Military Training Service Support (MTSS) Off-Post Student Lodging 1. GENERAL. 1.1. SCOPE OF WORK. This Indefinite Quantity Contract for Off-Post Lodging Accommodation for Government personnel in support of the Military Training Service Support (MTSS) when Government lodging facilities are not available. The contractor shall furnish off-post accommodations if and when requested by the Contracting Officer or his/her authorized representative, designated in writing, during the period specified herein. The Government is obligated only to the extent of authorized orders actually placed against this Indefinite Quantity Contract. The terms and conditions included in this requirement apply to all delivery orders made pursuant to this requirement under any resultant contract. In the event of an inconsistency between the provisions of the contract and the suppliers invoice, the provisions of this performance work statement and resultant contract will take precedence. Contractor shall provide fully-furnished, double occupancy with two beds per room in the Lawton, Oklahoma area. Individuals of the same sex, designated for double occupancy, shall be billeted in rooms with two (2) beds. If these rooms are not available, single rooms may be used. Contractor shall provide cleaning and bed making, general cleaning, unless declined by occupant, and meet or exceed industry standards. Health and safety condition of room/s shall meet or exceed city, state and Government standards. Distance of hotel to Fort Sill shall be within 35 mile radius, one way trip. Requirement for off-Base accommodations shall be only after the student billeting capacity on Fort Sill is filled. When billeting becomes available on Fort Sill, OK and Soldiers course graduation date is greater than two training weeks/ten (10) training days, from the day space becomes available, the Soldier will be relocated on to Fort Sill, OK, on the Friday of the normal work week. Soldiers housed at contractor hotel will not be relocated during the normal work week, Monday-Friday, 7:30 a.m through 4:30 p.m. Central Standard Time. 1.1.1. PLACE OF PERFORMANCE. The place of performance for this Indefinite Quantity Contract shall be at the local area hotels servicing the Lawton, Oklahoma area within a 35 mile radius, one way, from Fort Sill, OK. 1.2. BACKGROUND. The purpose of this Indefinite Quantity Contract is to obtain the necessary to support in-processing and training troops at Fort Sill, OK. As part of a continuing effort, the Fires Center of Excellence (FCoE) has been assigned the mission to provide lodging accommodations to Soldiers who are attending training at Fort Sill, OK. The Government estimates a need for 11,572 room nights per year, based on soldier students class capacity. This estimated quantity will fluctuate between quarters of the year, with the highest estimates occurring during Summer months. Quarterly delivery orders will be issued with an estimated quantity of 2893 room nights, to be divided between contract awardees, based upon availability and best price provided to the Government, for Military Training Service Support (MTSS) Student Lodging Soldiers. Both smoking and non-smoking rooms shall be available. Limitations may exist for smoking or non-smoking preferences. Amenities for the hotel are noted below in Paragraph 1.6.2. Incidentals not mentioned in amenities may be available for an extra charge and shall be noted as such. 1.3. PERIOD OF PERFORMANCE. The period of performance of this Indefinite Quantity Contract shall be one (1) Base of 12 months from the date of award and four (4)- 12 month option years. The Period of Performance reads as follows: Base Year, Option Year One (1), Option Year Two (2), Option Year Three(3), and Option Year Four (4). 1.4. HOURS OF OPERATIONS. Hotels shall have 24 hour check-in service along with guest shuttle service to and from the Lawton/Fort Sill Regional Airport, seven (7) days a week. (See Paragraph 1.7.10). Check-in and shuttle service shall be available seven (7) days a week, including holidays. Soldiers attending training will arrive at all times of day and throughout the year. 1.5. PERSONNEL. Contractor shall provide the work force necessary to shuttle guests to and from the airport and to check guests into the hotel. Personnel performing work under this PWS shall remain employees of the contractor and shall not be considered employees of the US Government. 1.6. ROOM CHARGES, AMENITIES, AND INCIDENTALS. 1.6.1. ROOM RATE PER DAY: Offerors shall provide the best rate available to the Government and availability based on an estimated requirement of 2893 rooms per quarter. Offerors shall provide a list of incidental items available and any applicable charge with submitted proposal. 1.7 STANDARD SERVICE DEFINITIONS. Hotel rooms shall meet or exceed the following requirements. AMENITIES. Amenities for Each Hotel Shall Include The Following, at a minimum: a. In room: television with remote, coffeemaker (to include filters and coffee or coffee packs, cups, sugar/sweetener, stirrers), hair dryer, telephone, iron and ironing board, and desk b. Wake-up Service c. Laundry Room on site d. Copier and fax services (Personal use of copier and fax services is the responsibility of the Soldier and will be paid by the Soldier.) 1.7.1. Rooms shall as a minimum contain 2 queen beds, sheets sets, comforters, blankets, pillows, and clock radio with alarm, capable of double occupancy. Rooms shall contain iron & ironing board and all standard utilities, electrical, water, telephone with voice mail capability; providing this service does not increase cost to the Government. 1.7.2. Rooms shall have a microwave oven, refrigerator, and in-room safe. If an in-room safe is not available, then the Contractor shall provide a lock box safe for the valuable items. 1.7.3. Rooms shall contain 2 sets of hand/wash/bath towels, for possible double occupancy, shower curtains, bath mats, waste baskets, and clean toilet. Rooms shall have adequate heating and cooling capabilities, as weather conditions require. 1.7.4. Rooms shall be clean and free of rodents and insects, but not limited to include: rats and mice, ants, roaches, bed bugs, silver fish, flies, mosquitoes, bees, wasps, spiders, and fleas. 1.7.5. Rooms shall contain a telephone in good working order with free local access. The Soldier occupant is personally responsible for telephone charges exceeding the free local access. Providing this service does not increase cost to the Government. 1.7.6. Rooms shall have basic cable/satellite TV included in the cost of the room; purchase of service above base level is the responsibility of the occupant and shall be paid by the occupant. Contractor shall provide free internet connection with industry standard connectivity. Providing these services does not increase cost to the Government. Government shall not be billed for any Pay-per-View service requested by the occupant. This service cost is the responsibility of the individual occupant. 1.7.7. For safety and security reasons, rooms shall be accessed via interior corridors only, have clearly marked emergency exits and clearly marked fire extinguisher stations. 1.7.8. Contractor shall have lighted, safe, secure parking on hotel grounds. 1.7.9. Contractors with security cameras in and around hotel shall be given higher consideration over other offers. 1.7.10. Contractor shall provide transportation from Lawton/Fort Sill Regional Airport to and from the hotel, during airport arrival hours for Lawton Regional Airport, 7:00 a.m. 11:00 p.m., CST, day of arrival and one (1) day thereafter, and during departure hours for Lawton Regional Airport, 7:00 a.m. 11:00 p.m., CST, day of departure and one (1) day thereafter. 1.7.11. Contractor shall have dining facilities or food service in the hotel, or allow for non-contractor food delivery service. Contractor hotel located within safe walking distance, not greater than one city block, from a commercial public dining will be given higher consideration over other offers. Food service is at the individual Soldiers expense and providing this service does not increase cost to the Government. 1.8 PRICING. 1.8.1. The Contractor agrees that the fixed prices quoted to the Government will be as low as, or lower than those charged to the Contractors most favored customers, for comparable quantities under similar terms and conditions, in addition to any discounts for prompt payment. 1.8.2. This contract does not obligate any funds. 1.9. PAYMENTS. All payments for supplies received under this Indefinite Quantity Contract will be paid on a monthly basis using the Government Purchase Card. All contractors are required to have the capability of accepting payment via the Government Purchase Card. No other form of payment is authorized. Payments will be made monthly in arrears. Billing cycle is 19th of the month through the 18th day of the following month. 1.10. CANCELLATIONS/LATE ARRIVALS/EARLY DEPARTURES. 1.10.1. CANCELLATION POLICY. Room cancellations require notice before 6 PM Central Standard time on arrival day at no additional fees or charges. If cancelled after 6 PM Central Standard time on arrival day, rooms shall be charged a cancellation fee that is equal to the first nights rate. 1.10.2. LATE ARRIVALS. All room occupants shall provide notice to the hotel of arrivals after 6 PM Central Standard Time in the same manner as the CANCELLATION POLICY referenced at 1.10.1. 1.10.3. EARLY DEPARTURES. It is the intent of the Government to provide on-post lodging to Government personnel at Fort Sill. Early departures from off-post lodging that result from on-post lodging availability will be provided to the hotel by the Government on a case-by-case basis or group basis 48-hours prior to occupant(s) departure(s). Early departures from the contractor hotel to on-post lodging will not occur during the regular work week. 1.11. PURCHASE LIMITATION AND DELIVERY ORDERS. The Government will award a multiple award Indefinite Quantity contracts to offerors who present the best value to the Government, in terms of pricing, availability of rooms, and amenities provided by the location. Quarterly Delivery Orders will be issued to the awarded locations based on the number of rooms needed to accommodate Government personnel attending classes during each quarter. Delivery Orders shall be billed monthly in arrears from the 19th of the 1st month in the quarter through the 18th of the following month. The first month of the quarter shall be billed from the first day of occupancy through the 18th of that month. Delivery Order billing amounts will be reconciled at the end of each quarter to adjust estimated dollar amounts with the actual usage of rooms requested at each location for the delivery order period. 1.11.1. No individual delivery order placed against this contract by a Contracting Officer or an authorized individual assigned to the Contracting Office shall exceed $500,000.00. 1.11.2. No individual delivery order will be placed against this contract by any individual outside the Contracting Office. A Contracting Officer Representative (COR) will be appointed in writing by the Contracting Officer to coordinate day-to-day operations within delivery order parameters. 1.11.3. The total amount ordered under any resultant contract shall not exceed $5,400,000.00. 1.11.4. Room occupants shall not be allowed to charge incidentals, movies or non-complimentary food or beverages under any Indefinite Quantity contract delivery order issued for this requirement. 1.12. DELIVERY/SHIP TO ADDRESS. Each individual delivery order will specify the delivery/ship to address. 1.13. EVALUATION OF CONTRACTOR PERFORMANCE. The Government will monitor the Contractor's performance under the terms of these contract procedures as outlined in Federal Acquistion Requlation (FAR) Clause 52.212-4, Contract Terms and Conditions - Commercial Items. Typical procedures might include random sampling, unscheduled inspections and customer comments. A primary objective of Government quality assurance efforts will be to determine the effectiveness of the Contractor's quality control system. The Contracting Officer, or designated representative, will inspect for compliance with contract requirements. Inspection results will be recorded by the Government. Those inspections indicating deficient performance shall be initialed by the Contractor. The Government will provide a copy of inspections to the Contractor within 10 days after completion of inspection. 2.DEFINITIONS, ACRONYMS AND TERMS. 2.1. GENERAL. The following definitions, acronyms and terms are applicable to this contract. In instances where the definition or acronym listed in the publications referenced above differ from those listed below, the definition or acronym listed below shall apply. CONTRACT MODIFICATION. Any written alteration in the contract period, price, quantity, or other contract provisions of an existing contract issued by the Contracting Officer. CONTRACTING OFFICE. Office which awards or executes a contract for supplies or services and performs post award functions not assigned to a contract administration office. CONTRACTING OFFICER (KO). Any person, either by virtue of his position or by appointment in compliance with procedures prescribed by the FAR, is currently a Contracting Officer with the authority to enter into and administer contracts and make determinations and findings with respect thereto, or any part of such authority. CORRECTIVE ACTION. Consists of those efforts required to correct reported deficiencies and determine that other products are not similarly defective. DEFICIENT PERFORMANCE. A unit of service which contains one or more deficiencies or nonconformance with specified requirements of the contract. DESIGNATED REPRESENTATIVE OF THE CONTRACTING OFFICER (COR). The individual (s) designated in writing as being authorized to assign lodging, place calls, and make advance reservations for lodging. GOVERNMENT. The term Government as used herein includes the Contracting Officer and the Contracting Officer's designated representatives. INSPECTION. The examination or testing of supplies or services to determine whether they conform to technical requirements and standards. PROCEDURE. The step-by-step method or way that a policy or plan is to be carried out. PROPERTY. The terms Government Property, Army Property or Property include property, equipment, supplies and vehicles under the control of the Department of the Army. SHALL. The word shall is used in connection with the Contractor and specifies that the provisions are binding. WILL. The word will is used to express a declaration of purpose on the part of the Government. 24-HOUR CHECK-IN SERVICE. A period of time commencing on one workday and ending at the same time the following workday. Example: 9:00 a.m., Tuesday to 9:00 a.m., Wednesday. 2.2. ACRONYMS AND TERMS. FARFederal Acquisition Regulation FSFort Sill GFPGovernment-Furnished Property KOContracting Officer USAFCoEFSUnited States Army Fires Center of Excellence & Fort Sill 3. GOVERNMENT FURNISHED SERVICES. 3.1. The US Government will provide the following services in support of this contract. 3.1.1. A copy of Appointment Letter for the designated COR will be furnished to the Contractor. 3.1.2. A list of names of Government Personnel who may be occupying the Contractors facility will be furnished to the contractor by the Contracting Officer Representative (COR). Listed names are subject to last minute changes. The Government will first fill student housing on Fort Sill before moving Soldiers off the installation. When space becomes available on Fort Sill, OK, and the student Soldiers graduation date is greater than two (2) weeks from space availability on the installation, the Government shall relocate the Soldier to Fort Sill, OK. Government will be responsible for transporting the relocating Soldier/s onto the installation. Government will not relocate Soldiers during the normal work week. Relocation will only be coordinated with each contract hotel on Saturdays and Sundays, after prior 48-hour notice that on-post lodging is available. 3.1.3. The Government will provide a sample format to address occupant complaints to offerors receiving an award as a result of this solicitation. Offerors may submit a commercial form that is used in the industry for this purpose with proposal to the Contracting Officer for approval. 4. PLACING ORDERS. Orders will be placed against this contract via email, fax, paper, or oral communications. The following information will be provided: a. Basic contract award number and applicable delivery order number b. The unit price and total price established by the awarded Indefinite Quantity contracts with the Supplier; and c. Dates of occupancy d. Estimated dollar amount for the delivery order 5. INVOICES. An itemized, fully summarized invoice shall be submitted monthly or upon expiration of the contract, whichever occurs first, for all deliveries made during a billing period for which payment has not been received. Billing period will be the 19th through the 18th of each month. 5.1. It is the intent of the government to move soldiers to lodging located on Fort Sill as it becomes available. Therefore, the contractor shall bill monthly for actual rooms occupied since the quantities requested to reserve are estimated. A separate cover invoice by CLIN shall be provided to go along with any folio. 5.2.. The requirements of a proper invoice are as specified in the contract in the local clarification section. Invoices shall be submitted to the designated COR. 5.3.. All delivery order summary invoices under this contract must be accompanied by individual occupancy room folios which shall contain the following information as a minimum: a. Name of Supplier b. Period of Occupancy c. Basic Contract Number and applicable Delivery Order Number d. Occupants name per room occupied e. Unit price per night f. Total price for each individual room occupant 6. PERFORMANCE CRITERIA. The Government will consider this contract as being successfully met when as a minimum the contractor met the clean, safe, secure room, furnished and equipped to industry standards and FEMA certification requirements, and free of insects, rodents, and other pests, not receiving more than five (5) complaints from occupants within similar lodging durations. 7. DELIVERABLES. The contractor shall furnish deliverables for monthly billing purposes. All deliverables are subject to verification of the Contracting Officer or designated representative. a.Individual Folio b.Government Non-Availability Statement c.Summary Billing d.Complaint forms received from room occupants shall be submitted to the Contracting Officer, or desginated representative, within 48 hours after receipt by hotel point of contact, to include corrective action taken and date completed. (End of Performance Work Statement) (H.) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper, FAR 52.204-7 Central Contractor Registration, FAR 52.212-4 Contract Terms and Conditions-Commerical Items, FAR 52.247-34 FOB Destination, DFAR 252.201-7000 Contracting Officers Representative, DFAR 252.203-7002 Requirements to Inform Employees of Whistleblower Rights, DFAR 252.204-7003 Control of Government Personnel Work Product, DFAR 252.204-7004 ALT A Required Centeral Contractor Registration, DFAR 252.209-7004 Sub with Firms that are Owned or Contraolled by the Gov of a Terrorist Country, DFAR 252.211-7003 Alt 1 Item Identification and Valuation, DFAR 252.232-7003 Electronic Submission of Payment Requests, and DFAR 252.232-7010 Levies on Contract Payments. (I.) The following clauses in FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders are clause is applicable to this acquisition:. The following FAR clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.203-6, 52.219-4, 52.219-8, 52.219-25, 52.219-26, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-36, 52.222-41, 52.222-42, and 52.222-43. FAR 52.216-18 ORDERING. (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 1 July 2010 through 30 June 2011. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) FAR 52.216-19 ORDER LIMITATIONS. (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than five (5) room nights, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of 2893 room nights; (2) Any order for a combination of items in excess of 2893 room nights; or (3) A series of orders from the same ordering office within ten (10) days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within two (2) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) FAR 52.216-22 INDEFINITE QUANTITY. (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the maximum. The Government will order at least the quantity of supplies or services designated in the Schedule as the minimum. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 June 2015. (End of clause) FAR 52.217-8 OPTION TO EXTEND SERVICES. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within30 days.. (End of clause) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, six (6) months. (End of clause) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond September 30, 2010. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2010, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) (J.) The following clause is in incorporated with websites: FAR 52.252-2 Clauses Incorporated by Reference. For further information please go to the associated website: http://farsite.hill.af.mil. (K.) The following DFARS clauses apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within the aforementioned clause are being selected as applicable to this acquisition: 52,203-3, 252.203-7000, 252.205-7000, 252.225-7001, 252.225-7012, 252.225-7021, 252.225-7036, 252.226-7001, 252.232-7003, and 252.243-7002. (L.) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-- Commercial Items, FAR 52.216-27 Single or Multiple Awards, FAR 52.217-5 Evaluation of Options, DFAR 252.209-7001 Disclosure of Ownership or Contral by the Gov of a Terrorist Country, DFAR 252.212-7000 Offeror Representations and CertificationsCommercial Items, and DFAR 252.225-7031 Secondary Arab Boycott of Israel. Addendum to FAR Clause 52.212-1. The following addendum is included and hereby made part of FAR Clause 52.212-1. (a) All offerors are required to submit a proposal with, as a minimum, the content specified herein. Proposals without the specified minimum content may be judged unacceptable and risk not being considered for award. Proposals submitted shall not exceed five (5) pages in length, excluding the Representations and Certifications referenced in FAR Provision 52.212-3 (See Item (b)1. below). (b) Each proposal shall consist of the following information:. 1. Solicitation Documents, consisting of the following: one completed original of the Combined Synopsis/Solicitation duly executed by an official authorized to contractually bind the offeror; one completed bid schedule (pricing); Acknowledgment of all solicitation amendments; and one completed representations and certifications (FAR Clause 52.212-3) OR one copy of the offeror's Online Representations and Certifications (ORCA); and 2. Mission Capability proposal information. The mission capability proposal information shall contain the following information: (i). Room Availability and Sanitation/Cleanliness. Describe all aspects of the hotel being proposed, to include, but not limited to, room description, smoking or non-smoking, total number of single rooms on site, total number of double rooms on site, type of bed(s)(i.e. double, queen, king) as proposed for use in meeting the Government's requirements. The offeror shall state the minimum number of single rooms and the minimum number of double rooms it guarantees to commit to this contract daily. If guaranteed quantity will vary by day or by month, fully explain such variances (note: Offerors commiting a large number of rooms may receive a more favorable evaluation). The offeror shall describe their policies and procedures for ensuring clean and sanitary room conditions (cleaning schedule, what is cleaned, pest control, etc.). Additionally, offerors shall provide a copy of all current licenses/permits held by the hotel, including, but not limited to: Elevator inspection; HVAC (includes heating and air conditioning); Fire Safety; Pool/Hot Tub/Whirlpool/Sauna (if applicable); and Hotel Inspection. NOTE: Failure to submit these documents may render the proposal unacceptable and the proposal may not be considered for award. (ii) Security. The offeror shall thoroughly describe its proposed security procedures for ensuring the safety of guests. Also describe security and/or safety features of the hotel being proposed. (iii) Special Features / Amenities. The offeror shall characterize the distinguishing features of the proposed hotel, including any amenities such as lounges, recreational areas, wireless internet, fitness facilities, onsite dining facilities, complimentary breakfast, complimentary local area shuttle, proximity to restaurants, shopping areas, and entertainment establishments, etc. The offeror shall also state in this section the availability of those required amenities mandated by the PWS (i.e. on-site laundry faciities, microwave and refrigerator in each room, complimentary on-site parking, etc.). If the offeror does not currently possess these mandatory amenities, the offeror shall state its intent to acquire them immediately upon contract award and prior to contract performance. (iv) Facility Location. The offeror shall identify the proposed hotel; provide the physical address; and provide the distance from the hotel to the Fort Sill main gate. The government will verify the distance using Mapquest online mapping service. 3. Past Performance Information. The offeror shall describe its past performance (and/or past performance of its proposed hotel where the offeror is not the hotel) on similar contracts held within the last three (3) years which are of similar scope, magnitude, or complexity to that which is contained in this solicitation. The offeror shall provide a description of the work, dollar value, and period of performance. The offeror shall provide documentation, such as quality awards, certifications, customer satisfaction surveys, letters from current and/or former clients, etc. that are indicative of the level of quality provided by the offeror and/or its proposed hotel. Identify what segment of the company received the award or certification. Describe when the award or certification was bestowed. Failure to submit the information required herein may result in an offeror receiving a higher risk rating, or an unknown risk rating. The government may use past performance information obtained from other than those sources identified by the offeror and the information obtained will be used for both the responsibility determination and the best value decision. NOTE: Offerors will be afforded the opportunity to respond to any negative comments received during past performance evaluation except for those already addressed by the contractor (i.e. response to contract discrepancy notices, cure notices, show cause notices, etc). An offeror showing no relevant past performance relating to this request for proposal will not be evaluated favorably or unfavorably, but will receive an unknown risk rating. 4. The price proposal shall be completed using the CLIN (bid) schedule enclosed in the solicitation (as indicated in 1 above). Failure to propose a price for all CLINS will render the proposal unacceptable and the proposal will be rejected. Unit pricing shall be inclusive of any applicable taxes (i.e. room rate plus applicable taxes). Tax Exempt form will be furnished upon request. The following provision applies to this acquisition and is incorporated by full text: FAR 52.212-2, EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract 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 factors shall be used to evaluate offers: See Addendum Below (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 offer's 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. (End of provision) ADDENDUM TO FAR Clause 52.212-2. The following addendum is included and hereby made part of FAR Clause 52.212-2. (a) Basis for Award 1. The government will award a contract to the responsible offeror(s) whose proposal, conforming to the RFP, will be most advantageous to the Government considering price and technical factors stated in this RFP. Failure to propose a price for all CLINs will render the proposal unacceptable and the proposal will be rejected. 2. Multiple Awards: The government reserves the right to make multiple awards as a result of this solicitation. 3. Evaluation factors upon which award will be based, are set forth below. (b) Evaluation Approach 1. The Government will evaluate each proposal by employing the best value trade off method. The written proposal, in conjunction with the on-site evaluation, will be used to assess evaluation factor ratings. 2. All proposals will be subjected to an initial screening by the Contracting Officer to determine whether proposals are complete before being evaluated as detailed below. Proposals that are considered substantively incomplete after initial screening shall be rejected and offerors will be notified they are no longer eligible for further consideration. Offerors are advised that unsupported promises to comply with contractual requirements will not be sufficient. Additionally, a proposal that is unreasonable or incomplete in terms of price will not be considered for award. 3. The Government intends to award without discussions. Offerors shall ensure their initial proposal contains its best terms from a technical and price standpoint. However, the Contracting Officer reserves the right to hold discussions if necessary. Discussions, if any, will be conducted in accordance with FAR 15.306 and final offers will be evaluated in the same manner and against the same criteria as were initial offers. ( c) Evaluation Factors for Award. Proposals submitted in response to the solicitation will be evaluated based upon the following factors: Price, Past performance, and Mission Capability. The Mission Capability and Past Performance factors are equal in importance and when combined are less important than the Price factor. The government may perform an on-site evaluation of the hotel to confirm the contents of the written proposal and to assess the cleanliness, condition, security and overall adequacy of the proposed hotel. If the government performs an on-site evaluation, findings from the on-site evaluation will be considered in the overall evaluation of Mission Capability. 1. Mission Capability. Under Mission Capability the following elements will be evaluated: Room Availability/Sanitation/Cleanliness, Security, Special Features / Amenities, and Facility Location. These elements will be evaluated together for assessment of the overall Mission Capability factor. The Mission Capability factor will receive one of the following adjectival ratings: GOOD - Proposal (written and on-site evaluation considered) demonstrates a good understanding of the requirements and proposes an approach that somewhat exceeds minimum requirements. Has some exceptional strengths, with no major weaknesses. Has some weaknesses that should not impact successful contract performance with normal contractor effort and normal Government monitoring. Good probability of success with low degree of risk in meeting the Governments requirements. ACCEPTABLE - Proposal (written and on-site evaluation considered) demonstrates a general understanding of the requirements and an approach that meets minimum requirements. Proposal presents an acceptable solution, but has few strengths. Identified weaknesses may impact successful contract performance without special contractor emphasis and close Government monitoring to minimize difficulties. Fair probability of success with moderate degree of risk in meeting the Governments requirements. MARGINAL - Proposal (written and on-site evaluation considered) demonstrates a shallow understanding of the requirements and an approach that satifies most but not all of the Government's requirements, or in some instances, fails to provide sufficient detail to demonstrate the feasability of the proposed approach. Proposal has few strengths and major weaknesses that can cause some disruption of schedule or degradation of performance. Weaknesses can be corrected through discussions, if discussions are conducted by the Contracting Officer. Offers an overall moderate to high degree of risk in meeting the Governments requirements. Proposal may not be considered for award unless weaknesses are corrected through discussions, if discussions are conducted. UNACCEPTABLE - Proposal (written and on-site evaluation considered) failed to meet the minimum PWS requirements necessary for acceptable performance. The overall proposal contains numerous weaknesses that cannot be corrected through discussions, without a major rewrite of the proposal. Offers an overall high degree of risk in meeting the Governments requirements. Proposal will not be considered for award. NOTE: Security will be a key factor in the selection consideration process. A proposal receiving an Unacceptable rating in the area of security will NOT be eligible for award. 2. Past Performance. Under Past Performance the following elements will be evaluated: Quality of rooms/services, timeliness, and customer relations. These elements will be evaluated together for assessment of the overall Past performance Risk factor. Past Performance will be evaluated in terms of a performance risk assessment. The following performance risk ratings will be used for the Past Performance Evaluation factor: Low Risk - Based on the offeror's performance record and experience, little doubt exists that the offeror will successfully perform the required effort. Moderate Risk - Based on the offeror's performance record and experience, some doubt exists that the offeror will successfully perform the required effort. High Risk - Based on the offeror's performance record and experience, substantial doubt exists that the offeror will successfully perform the required effort. Unknown Little or no relevant performance record identifiable; equates to an unknown risk rating having no positive or negative evaluation significance. NOTE: A proposal receiving a high risk rating will NOT be eligible for award. 3. Price. Price will not be rated. Price will be evaluated for reasonableness IAW FAR 15.404-1. Award will be made to the responsible offeror whose proposal offers the best overall value to the Government, price and other factors considered. As part of price evaluation, the the government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one-half of the offeror's final option period price to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the prices for CLIN 0001, CLIN 1001, CLIN 1002, CLIN 1003, CLIN 1004, and CLIN 1005. Where the selection official finds the proposals as being essentially equal with respect to technical factors, price may become the determining factor in selecting the best value offer and making the award. 52.216-1 TYPE OF CONTRACT. The Government anticipates to award an Indefinite Quantity contract to multiple offerors who present the best value to the Government. (M.) The following provisions apply to this acquisition and are incorporated by full text: FAR 52.212-3 Offeror Representations and CertificationsCommercial Items, and FAR 52.252-1 Solicitation Provisions IBR. FAR 52.212-3 shall be completed by the contractor, and included in the proposal submission. AMC AGENCY LEVEL PROTEST PROCEDURES If you have complaints about this procurement, it is preferable that you first attempt to resolve those concems 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 concems within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting 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 33.103. 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 Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Room 2-1 SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Ievel protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: 1.) PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. 2.) FAIR LABOR STANDARDS ACT AMENDMENT (MAY 74) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. 3.) APPLICABLE WAGE DETERMINATION (S) The following U.S. Department of Labor Wage Determination (s) is (are) applicable to this procurement: (a copy of each Determination is incorporated herein and made a part hereof at Attachment 1.) Wage Determination No Date 1995-0714 (Rev 26) 1/29/2010 4.) STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hires incorporated into this contract by reference by FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION EMPLOYEE CLASS MONETARY WAGE-FRINGE BENEFITS* Maid/ Houseman $11.85-- 36.25% Food Service Worker$12.81-- 36.25% Desk Clerk$13.4136.25% 5.) CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. 6.) CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. 7.) EXEMPTION FROM THE CLAUSE ENTITLED ELECTRONIC SUBMISSION OF PAYMENT REQUESTS The Contractor is exempt from submitting payment requests and receiving reports in electronic form based on criteria found in DFARS 232.7002 (a). The exception for this contract is PAYMENT BY GOVERNMENT PURCHASE CARD. 8.) PAYMENTS The Government will process payments for supplies/services rendered under this contract through the Government-wide Commercial Purchase Card (GPC). The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours after shipping the supplies or performance of service (see block 9 of the SF1449 or block 6 of the DD1155 for the mailing address. The third party is: US Bank, GPC Payment Services, PO Box 6313, Fargo, ND 58125-6313 The purchase card to be used is: GSA Smart Pay Purchase Card (GPC) 9.) SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THEFOLLOWING FORMAT: 1. NAME AND ADDRESS. 2. CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER.(MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx, D.O. xxxx)). 3. DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4. SHIPPING AND PAYMENT TERMS. 5. COMPLETE MAILING ADDRESS. 6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. 10.) CONDUCT OF EMPLOYEES The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. 11.) CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Deidra Zerzavy at email deidra.zerzavy@us.army.mil and Lisa G. Slagle at email lisa.g.slagle@us.army.mil. Clarifications and/or questions are due by 12:00 p.m. on June 10, 2010. Sufficient time should be allowed for a reply to reach offerors before submission of their offers. No phone calls, email only. Oral explanations will not be binding. 12.) COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. 13.) INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt by the exact time specified in the RFP, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the RFP on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. 14.) NOTICE OF AWARD 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. 15.) Work Force: The successful bidder shall not hire persons not legally residing in the United States of America. NOTE: Department of Labor Wage Determination 1995-0714 is provided as a separate attachment to solicitation documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e9b6acf7382807cffd82ee341f7a436e)
 
Place of Performance
Address: Fort Sill DOC Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN02168641-W 20100606/100604234714-e9b6acf7382807cffd82ee341f7a436e (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.