Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
MODIFICATION

V -- Army Reserve FRSA ITC/BTC and Volunteer ITC/BTC Training

Notice Date
7/22/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
BLDG 2-1105 Macomb ST, Fort Bragg, NC 28310
 
ZIP Code
28310
 
Solicitation Number
W91247-14-T-TA07
 
Response Due
8/5/2014
 
Archive Date
2/1/2015
 
Point of Contact
Name: Adela Tacla, Title: Fort Bragg, MICC, Phone: 9106436262, Fax:
 
E-Mail Address
adela.tacla.mil@mail.mil;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W91247-14-T-TA07 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 2005-75. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $32.50M.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 2014-08-05 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Bragg, NC 28310 The MICC Fort Bragg requires the following items, Meet or Exceed, to the following: LI 001: FFP Guest Rooms: The Contractor shall provide up to 280 total sleeping rooms between 07 and 15 September 2014. All guest rooms shall be located on-site, accessible by elevator (if more than one floor), opens into lobby or hotel hallway, and be non-smoking rooms IAW SOW DESTINATION FOB, 280, EA; LI 002: FFP Meals: The Contractor shall provide the following at the associated times: a. Tuesday ? Wednesday, 9 ? 10 September 2014, 6:30 a.m.-8:00 a.m., Hot breakfast buffet (example: eggs, 2 meats, fresh seasonal fruit, cereal, pastries, milk, tea, and coffee), set up in linen covered rounds of 8 for 35 attendees. b. Tuesday - Wednesday, 9 - 10 September 20141200 ? 1300, Hot lunch buffet (example: 2 entrees, salad, starch, 2 vegetables, dessert, and drink), set up in linen covered crescent rounds tables of (8) for 35 attendees. c. Thursday ? Friday, 11 ? 12 September 2014, 6:30 a.m.-8:00 a.m., Hot breakfast buffet (example: eggs, 2 meats, fresh seasonal fruit, cereal, pastries, milk, tea, and coffee), set up in linen covered crescent round tables of (8) for 60 attendees. d. Thursday - Friday, 11 - 12 September 2014 1200 ? 1300, Hot lunch buffet (example: 2 entrees, salad, starch, 2 vegetables, dessert, and drink), set up in linen covered crescent round tables of (8) for 60 attendees. e. Saturday ? Sunday, 13 ? 14 September 2014, 6:30 a.m.-8:00 a.m., Hot breakfast buffet (example: eggs, 2 meats, fresh seasonal fruit, cereal, pastries, milk, tea, and coffee), set up in linen covered crescent round tables of (8) for 35 attendees. b. Saturday - Sunday,13 - 14 September 20141200 ? 1300, Hot lunch buffet (example: 2 entrees, salad, starch, 2 vegetables, dessert, and drink), set up in linen covered crescent round tables of (8) for 35 attendees. Please provide sample menu with quote. IAW SOW DESTINATION FOB, 1, JOB; LI 003: FFP Meeting Space: All meeting space is required to be located in the same facility as the guest rooms. The Contractor shall provide meeting space according to the following requirements: a. One (1) General Session (FRSA ITC/BTC) : Tuesday ? Friday, 9 ? 12 September 2014, 6:30 a.m. ? 11:00 p.m. The Contractor shall also supply crescent round shaped tables with seating for six per table (max 8) and with linens for 25 attendees with water station. b. One (1) General Session (Volunteer ITC/BTC): Thursday - Sunday, 11 - 14 September 2014, 6:30 a.m. ? 11:00 p.m. The Contractor shall also supply crescent round shaped tables with seating for six per table (max 8) and with linens for 25 attendees with water station. c. One (1) Break-Out Room: Friday, 12 September 2014, 6:30 a.m. ? 5:00 p.m. The Contractor shall also supply crescent round shaped tables with seating for six per table (max 8) and with linens for 15 attendees with water station. d. One (1) Break-Out Room: Sunday, 14 September 2014, 6:30 a.m. ? 5:00 p.m. The Contractor shall also supply crescent round shaped tables with seating for six per table (max 8) and with linens for 15 attendees with water station. e. One (1) Break-Out Room: Monday ? Sunday, 7 ? 14 September 2014, 06:30 a.m. ? 11 p.m., set up for twelve (12) administrative staff with multiple outlets for computer equipment, tables are to be set up board room style, with six (6) additional - 6? foot skirted tables around perimeter of room, internet connectivity, house telephone, and water station. Please provide pictures or layouts of rooms with quote. IAW SOW DESTINATION FOB, 1, JOB; LI 004: FFP. Internet service ? The Contractor shall supply five (5) lines (wired or wireless) for break-out room identified in 5.3e above (boardroom)If free wireless services are provided by hotel for all guest rooms and conference rooms this will be a No Cost Clin and will be listed as Informational only. IAW SOW DESTINATION FOB, 1, JOB; LI 005: FFP Audio Visual (A/V) Equipment: The Contractor shall provide audio visual equipment according to the following requirements: a. Tuesday - Sunday, 8-14 September, 2014, 07:00 a.m. ? 8:00 p.m. for each General Session Room identified in 5.3a, and 5.3b above.. b. Friday 12 September 2014 and Sunday, 14 September 2014, 07:00 a.m. ? 5:00 p.m. for 1 (one) breakout room identified in 5.3d and 5.3e above. c. Equipment for all rooms is as follows: (1) Projector, screen (no less than 8?), audio package that includes sound system, mixer, and cart ? one (1) (2) Wireless handheld microphone ? two (2) (3) Wireless lavaliere microphone ? one (1) (4) Podium ? one (1) (5) Easel with butcher block paper and markers ? one (1) IAW SOW DESTINATION FOB, 1, JOB; LI 006: FFP Color copier/printer: On-site business center with color printing capability to accommodate on-site printing requirements, as a contingency for emergent needs IAW SOW DESTINATION FOB, 1, JOB; LI 007: FFP. Registration and Support Area: The Contractor shall provide a dedicated area in the hotel to accommodate the registration process. The contract shall provide registration support in the form of skirted tables: Monday, 8 September 2014 and Wednesday, 10 September 2014, 12:00 pm? 8:00 pm, (2) - 6? tables for registration (can be waived if fixed registration booth at location). Please provide pictures or layouts of rooms with quote. IAW SOW DESTINATION FOB, 1, JOB; LI 008: FFP Marquees and/or directional signs: The Contractor shall provide marquees and or directional signs Monday ? Sunday, 9 ? 14 September 2014, posted to help direct conference attendees to Family Programs events scheduled.. IAW SOW DESTINATION FOB, 1, JOB; LI 009: FFP Package Handling: Pre and Post Event support. Contractor will receive government packages via government coordinated mail service and store in dry, secure area until received by event POC. Contractor will coordinate shipment of packages after notification of government coordinated mail service. IAW SOW DESTINATION FOB, 1, JOB; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Bragg 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. MICC Fort Bragg 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 applicable NAICS code for this procurement is 721110 with the related size standard of $30m employees. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS Prior to Award to be considered for any resulting contract. Failure to be properly registered at the time and date of award may render the quote nonresponsive. Will be based on lowest price technically acceptable. The sum of all priced items and the quantity stated in this solicitation will be considered as a total price. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (DEC 2012). FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.202-1, 52.212-3, 52.204-7, 52.204-9, 52.212-4, 52.223-11, 52.225-13, 52.232-23, 52.233-1, 52.223-18, 52.237-2, 252.201-7000, 252.203-7002, 252.204.7008, 252.223-7006, 252.232-7010, 252.232-7003 and 252.243-7001. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: The following FAR clauses in 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (MAY 2012), will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-34, 52.233-3, 52.233-4, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.225-1, 52.232-33, 52.203-13, 52.222-40, 52.222-41, 52.222-51, 52.222-53, 52.222-54, 52.226-6. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 52.203-3, Gratuities (APR 1984), 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011); 252.246-70000 Material Inspection and receiving Report, Alternate I (OCT 2011) of 252.225-7001, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. Systems for Award Management (SAM). Offerors shall ensure their company is registered in the System for Award Management (SAM) database and has completed their annual representations and certifications through the SAM website. The Government transitioned from the Central Contractor Registration System (CCR) www.ccr.gov, and Online Representations and Certifications Application (ORCA) https://www.acquisition.gov, to the System for Award Management (SAM) https://www.sam.gov. Any reference to CCR or ORCA in this document is to be understood as SAM. RFQ MUST be good for 30 calendar days after submission In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hil.af.mil and/or http://www.acqnet.gov/far. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered; and are determined to be fair and reasonable. The following factors shall be used to evaluate offers: Price, Technical Capability, and Responsibility: Proposed quote will be evaluated for reasonableness using the price analysis techniques provided under FAR Part 13. The Government will review the contractor?s technical certifications to ensure that it reflects a sound approach and understanding of this requirement and that the contractor has the technical ability to successfully perform the requirement. (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. (End of clause) 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 (HQ), Army Materiel Command (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 (GAO) 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 HQ 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. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 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 HQ AMC-Level Protest Procedures. (End of Clause) 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 SHALL 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). Hotel or third party vendor shall provide a point of contact who will be onsite during the requested time frame of this requirement. The Contractor shall provide all transportation, hotel rooms, all meeting spaces, meals, internet services, registration requirements, and audio visual services for the United States Army Reserve Training Event during the period of performance from 7-15 September 2014 in accordance with specifications in the Statement of Work. The hotel shall be on the national list of approved accommondations which is maintained by the Federal Emergency Management (http://usfa.fema.gov/applications/hotel/). Technical Capability-4 a. Vendor shall provide business insurance certificate. b. Hotel agreement for third party vendors shall be verified, and shall be signed by an authorized agent of the participating hotel.per FAR 52.212-1 NOTE NOTE 1: Please quote Line Items in sequence according to the Line Items Schedule. NOTE 2: Please quote in accordance with attached Statement Of Work, no deviations. Hotel Location within 20 miles of the Raleigh/Durham International Airport. NOTE: Do not simply restate the SOW or each CLIN. Third party vendors technical approach shall be on company letterhead and must not be a restatement of the SOW. The Contractor shall provide a copy of all required license(s), bond and certification(s) with their quote. Failure to provide proof of all required license(s), bond and certification(s) shall result in no further consideration for contract award. The Contractor shall provide a point of contact at the time of award who will be available onsite throughout the duration of the period of performance. Vendor shall provide a copy of the room cancellation policy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/62b61ae55248cb636a366133ebeb2120)
 
Place of Performance
Address: Fort Bragg, NC 28310
Zip Code: 28310
 
Record
SN03433154-W 20140724/140722234936-62b61ae55248cb636a366133ebeb2120 (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.