Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
SOLICITATION NOTICE

V -- 110th Battle Creek ANG Strong Bonds Retreat

Notice Date
11/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
CRTC-Alpena/MSC Office, Michigan Air National Guard, 5884 A Street, Alpena, MI 49707-8125
 
ZIP Code
49707-8125
 
Solicitation Number
W912JB-15-T-8000
 
Response Due
11/26/2014
 
Archive Date
1/6/2015
 
Point of Contact
Jonathan Bodus, 269-969-3363
 
E-Mail Address
CRTC-Alpena/MSC Office
(jonathan.bodus@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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 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. (ii) This solicitation is issued as a Request for Quote (RFQ) against solicitation number W912B-15-T-8000 for a commercial items acquisition for the purchase and installation a prefabricated metal structure to enclose communication equipment located at the Battle Creek ANG, Battle Creek, MI. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-074 effective 1 Nov 2014. (iv) The North American Industrial Classification System (NAICS) Number is 721110 - Hotels (except Casino Hotels) and Motels, Small Business Size Standard $30M. (v) The proposed acquisition consists of the following Contract Line Items Numbers (CLINs): To be considered RESPONSIVE, offeror's must address all CLINs utilizing W912JB-15-T-8000 Proposal Bid Schedule. (vi) Description of requirements for the items to be acquired. CLIN 0001: Service Non-Personal. Provide all labor, materials, supervision, and transportation necessary to provide conference rooms, meals, and lodging for 20 couples (20 double rooms) between 16-18 Jan 2015. Hotel shall be located within 20 miles of the Battle Creek, MI area. All work shall be performed in accordance with the attached statement of work (attachment 01). Quantity: 20 double rooms Unit of Issue: per night Unit Cost: $______________ Extended Cost: $_______________ CLIN 0002: OPTION - Service Non-Personal. Provide all labor, materials, supervision, and transportation necessary to provide conference rooms, meals, and lodging for 20 families (30 double rooms) between 17-19 Apr 2015. Hotel shall be located within 20 miles of the Battle Creek, MI area. All work shall be performed in accordance with the attached statement of work (attachment 02) Quantity: 30 double rooms Unit of Issue: per night Unit Cost: $______________ Extended Cost: $_______________ NOTE: This solicitation is subject to the availability of funds. SAM Registration: All offerors shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Note to offerors, The Central Contractor Registration (CCR) has been retired and replaced with SAM. In all instances where CCR is referenced you must refer to SAM. (vii) Reservation dates are established in each contract line item, and shall not be altered or adjusted after contract award without approval from the Contracting Officer. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items-(JUN 2008). Clause is amended as follows: -Offerors shall email their proposals to the following address: jonathan.bodus@ang.af.mil -Proposals are due to the Contracting Officer NLT: 26 Nov 2015, 12:00pm EST. (x) Provision at 52.212-2, Evaluation-Commercial Items is amended to read: The 110th Attack Wing is procuring this as a quote mark Best Value quote mark procurement in accordance with the following factors: -Technical Capability oSubfactors: Hotel Capabilities (Provide hotel brochure) Quality of Rooms/Amentites Quality of Food/Menu Choices (Submit suggested menu) Availability of Media Devices (Submit available equipment for use) -Price oSubmit price per room night as outlined in CLINS 0001 & 0002. -Past Performance oThe offeror shall submit two (2) references for who they have performed related projects of similar dollar value, scope, and complexity of work as indicated in the PWS. NOTE: At the customer's request, the offeror shall submit to a site visit by the Government to review their facilities and ensure adequate accommodations prior to award. When factors are weighted, technical capability and past performance, when combined, are slightly more important than price. (xi) Contract financing arrangements will not apply. The following additional clauses will apply: FAR 52.212-3 Offeror Representations and Certifications - Offerors must include a completed copy of this provision with this offer; FAR 52.212-4 Contract Terms and Conditions - Commercial Items (MAR 2009); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (AUG 2009) - Alternate II (MAY 2009), and the following clauses cited within that clause: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995); FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns (May 2004); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.219-28 Post Award Small Business Program Re-representation (Apr 2009); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-41 Service Contract Act of 1965 (Nov 2007); FAR 52.222-42 Statement of Equivalent Rates for Federal Hire (May 1989); FAR 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (Sep 2009); FAR 52.222-54 Employment Eligibility Verification (Jan 2009); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.228-5 Insurance - - Work on a Government Installation (Jan 1997); FAR 52.232-18 Availability of Funds (Apr 1984) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR52.217-9 - 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 _15 calendar days____ ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least __10 calendar_ 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 6 months. The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.204-7004 (Alt A.) Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008); DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. (i)TECHNICAL INQUIRIES AND QUESTIONS All technical inquiries and questions relating to W912JB-15-T-8000 are to be submitted via email to jonathan.bodus@ang.af.mil All answered questions will be addressed in the form of a solicitation amendment and will need to be acknowledged in the Vender quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-3/W912JB-15-T-8000/listing.html)
 
Place of Performance
Address: 110th Battle Creek ANG Michigan Air National Guard, 3545 Mustang Ave Battle Creek MI
Zip Code: 49037
 
Record
SN03569081-W 20141109/141107233827-9d63d3a4d574d044561a369b250fe162 (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.