Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
SOLICITATION NOTICE

99 -- Hotel Lodging & Conference Room Use

Notice Date
4/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W91247-12-T-WRI1
 
Response Due
4/12/2012
 
Archive Date
6/11/2012
 
Point of Contact
Laurijean Wright, 910-908-2145
 
E-Mail Address
MICC Center - Fort Bragg
(laurijean.c.wright.mil@mail.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. (i)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; quotes are being requested and a written solicitation will not be issued. Mission Contracting Office -Fort Bragg intends on issuing one Firm Fixed-Price Contract. (ii)Solicitation document W91247-12-T-WRI1 is issued as a Request for Quote (RFQ) to provide Lodging and Conference room use from 30 April - 23 May 2012. The lodging is for 25 rooms with double occupancy (non smoking) for 24 days. The Conference room must have a classroom setting that will seat a minimum of 50 personnel for 24 days. The facility must be located within 5-10 miles of Rock Island Arsenal, and in a central location with easy access to local establishments. (iii)This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-52 Effective May 31, 2011. (iv)This requirement will be solicited under full and open competition and only qualified offeror's may submit quotes. This solicitation is issued under FAR Part 13 Simplified Acquisition Procedures. This requirement is to provide hotel accommodations (double occupancy) 25 rooms for 24 days at Rock Island, Ill. The North American Industrial Classification System (NAICS) Code 721110 "Hotels (except Casino Hotels) and Motels", size standard is 30M. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. All questions pertaining to this solicitation must be submitted to CPT Laurijean Wright NLT 10 April 2012 by 4:00 p.m. EDT. Questions will be answered NLT 11 April 2012 by 5:00 pm EST. Interested persons may identify their interest, capabilities and submit quotes via the Schedule B quote sheet that is provided below and e-mail documents to the email address provided no later than 12 April 2012, 4:00 p.m. EDT. The point of contact for this notice is CPT Laurijean Wright, 910-908-2145, laurijean.c.wright@us.army.mil. See Schedule B below: SCHEDULE B ITEM NO SUPPLIES/SERVICES QUANTITYUNITUNIT PRICE AMOUNT 000125 (rooms)Each $_______________ $_______________ FFP: Lodging (Double Occupancy X 24 days (non smoking) ) BASE PERIOD: 30 days ARO FOB: Destination NET AMT$_______________ ITEM NO SUPPLIES/SERVICESQUANTITY UNITUNIT PRICEAMOUNT 00021 (Room)Each $_______________$_______________ FFP: Conference Room (Classroom Setting/ holds 50 Personnel X 24 days) BASE PERIOD: 30 days ARO FOB: Destination NET AMT$_______________ FAR 52.202-1, Definitions (v)The following provisions apply to this acquisition: FAR 52.203-5, Covenant Against Contingent Fees (vi)FAR 52.212-2, Evaluation - Commercial Items. The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price, delivery date, and the ability to meet all of the solicitation requirements. (vii)FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. The contractor shall be registered in the Online Representations and Certifications Application - ORCA - at http://orca.bpn.gov/. DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFAR 252.225-7000 Buy American-Act Balance of Payments Program Certificate. (viii)The following clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. Addendum to 52.212-4 WIDE AREA WORK FLOW (WAWF) All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving Reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line items (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. CONTRACTORS THE INFORMATION BELOW WILL BE PREFILLED FOR YOU. PLEASE VERIFY THAT CONTRACT NUMBER AND DELIVERY ORDER NUMBER ARE CORRECT FOR THE CONTRACT YOU WILL BE INVOICING FOR THROUGH WAWF. SOLICITATION NUMBER: W91247-12-T-WRI1 DELIVERY ORDER NUMBER: XXXXX CAGE CODE: XXXXX TYPE OF DOCUMENT: COMBO ISSUE BY DODDAC: W91247 ADMIN DODDAC: W91247 SERVICE ACCEPTOR/SHIP TO: DODDAC: _W42CX6____ PAY OFFICE DODDAC: _HQ0490____ Person completing the receiving report name and email address: _Frederick Harris (205) 795-1641; Tom Baur, tom.bauer@usar.army.mil (309) 782-5866. (ix)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, Incorporated by Full Text (website provided http://farsite.hill.af.mil): Applicable clauses under FAR 52.212-5: 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 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, 52.222-50 Combating Trafficking in Persons, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. (x)FAR 52.232-1, Payments (xi)FAR 52.233-3, Protest after Award (xii)FAR 52.233-4, Applicable Law for Breach of Contract Claim (xiii)FAR 52.252-2 Clauses Incorporated by Full Text (website provided http://farsite.hill.af.mil). Applicable DFARS clauses: DFARS 252.201-7000 Contracting Officer's Representative, DFARS 252.204-7004 Central Contractor Registration Alternate A, DFARS 252.211-7003 Item Identification Valuation, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following DFARS clause is considered checked and is applicable to this acquisition: DFARS 252.232-7003 Electronic Submissions of Payment Requests. Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFAR 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payments. 5152.209-4000 DoD Level Antiterrorism (AT) Standards, (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. 5152.233-4000, AMC-Level Protest Program (Nov 2008), 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 33.103. 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 Material 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 Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level 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. (xiv)Submission of quotes on the Schedule B shall be forwarded NLT Thursday, April 12, 2012, 4:00 PM EST. (xv)Submit signed and dated quotes to Laurijean Wright via email to: laurijean.c.wright@us.army.mil on or before the exact time specified in this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/46e34106fc1299b569264fd93210ba13)
 
Place of Performance
Address: MICC Center - Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN02715227-W 20120407/120405235808-46e34106fc1299b569264fd93210ba13 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.