Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOLICITATION NOTICE

X -- Lodging for Barnes Air National Guard - Performance Work Statement

Notice Date
8/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 104 FW, MA ANG, 175 FALCON DRIVE, BARNES ANGB, WESTFIELD, Massachusetts, 01085-1385, United States
 
ZIP Code
01085-1385
 
Solicitation Number
W912SV-16-T-0005
 
Archive Date
9/10/2016
 
Point of Contact
Lori A Rowe, Phone: 4135642796, Kyle Kiepke, Phone: 413-572-1593
 
E-Mail Address
lori.a.rowe.mil@mail.mil, kyle.d.kiepke.mil@mail.mil
(lori.a.rowe.mil@mail.mil, kyle.d.kiepke.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor fill in the data requested and include as attachment to their proposal Description of the terms and conditions of the blanket purchase agreement (i) 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. (ii) The solicitation number assigned to this action is W912SV-16-T-0005. This acquisition is utilizing procedures in FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Proposal (RFP) from the 104th Fighter Wing (USFPO-MA), Westfield, MA 01085-1482. This solicitation will result in a Blanket Purchase Agreement (BPA) with multiple awards to contractors. (iii) The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005-87 and DPN 20160325. (iv) The applicable North American Industry Classification System (NAICS) code is 721110, Hotels, Motels (excluding Casino Hotels) with a size standard of $32,500,000. This acquisition is currently being set aside for small businesses. (v) Contract line item number(s) and items, quantities and units of measure CLIN 0001 (Base Year): Single Room CLIN 0002 (Base Year): Double Room CLIN 0003 (Option Year): Single Room CLIN 0004 (Option Year): Double Room CLIN 0005 (Option Year): Single Room CLIN 0006 (Option Year): Double Room CLIN 0007 (Option Year): Single Room CLIN 0008 (Option Year): Double Room CLIN 0009 (Option Year): Single Room CLIN 0010 (Option Year): Double Room (vi) The descriptions of the commercial items are found in the attached Performance Work Statement (PWS). (vii) The performance period Schedule for base year and all options is not to exceed 5yrs. CLIN Period of Performance 0001 POP 1-SEP-2016 TO 30-AUG-2017 0002 POP 1-SEP-2016 TO 30-AUG-2017 0003 POP 1-SEP-2017 TO 30-AUG-2018 0004 POP 1-SEP-2017 TO 30-AUG-2018 0005 POP 1-SEP-2018 TO 30-AUG-2019 0006 POP 1-SEP-2018 TO 30-AUG-2019 0007 POP 1-SEP-2019 TO 30-AUG-2020 0008 POP 1-SEP-2019 TO 30-AUG-2020 0009 POP 1-SEP-2020 TO 30-AUG-2021 0010 POP 1-SEP-2020 TO 30-AUG-2021 (viii) 52.212-1 Instructions to Offerors - Commercial Items -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. Submission Guidelines: Submitted proposal must include the following: (1) the solicitation number; (2) the name, CAGE CODE, address and telephone number of the offeror; (3) the price and discount terms; (4) Acknowledgement of any solicitation amendments; (5) filled in price for line items 0001 - 0010; (6) proposal divided into three packets of information: technical, past performance and price. (6) proposal should include a coversheet that contains the following data: company letterhead, with DUNS number, Federal Tax ID, Company Name, Address, and POC (name, phone number). The Government intends to place a single, Firm-Fixed Price order without discussions. Therefore, Offerors should submit their best offer up front. Do not assume you will be able to revise your offer. To assure timely and equitable evaluation of proposal, offeror must follow the instructions contained herein. Offeror is required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Offeror must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of three (3) separate parts; Technical Proposal, Price Proposal and Past Performance Proposal. This ensures our evaluation of the materials separately. Therefore, we ask that pricing data is not included in the technical portion or past performance and technical mixed together onto one page, etc. Contractor Proposal Description: Section 1: Technical Mission Capability Proposal Section 2: Price/Cost Proposal Section 3: Past Performance Proposal Section 1: Technical proposals shall include necessary information to enable the evaluators to form a definitive conclusion concerning the offeror's ability to perform and complete the requirement IAW the Performance Work Statement (PWS). The offeror's proposal must convey to the Government that the offeror is capable; possesses experience and sufficient resources; and is able to plan, organize, and use those resources in a coordinated and timely fashion such that technical requirements will be achieved and the relative risk is of failing to perform the PWS is low. In order to evaluate the technical proposals, there are three subfactors that will receive evaluation in accordance with FAR Clause 52.212-2, Evaluation. The technical evaluation will be conducted by a technical evaluation panel of military members (TEP). Three subfactors are individually evaluated and then combined into an overall technical evaluation. Subfactor (1) - Lodging - Submit your organization's facilities available to provide Lodging to IAW the PWS. At a minimum, offeror should include a general description of amenities available in each room and confirmation of distance from Barnes ANG. Subfactor (2) - Gym - Submit your organization's amenities outside of the room, inside the facility. Subfactor (3) - Proximity to leisure activities - Submit a description of amenities within a short distance of your facility i.e. dining, malls and recreational facilities. Section 2: Past Performance Proposal - The Government will evaluate the quality and extent of the contractor's performance deemed relevant to the requirements of this RFP. The Government will use information submitted by the contractors and other sources such as other Federal Government offices and commercial sources, to access performance. Provide at least one (1) and no more than three (3) relevant contracts, from different customers, performed for other Federal agencies or commercial agencies within the last three (3) years. Relevant contracts include contracts for products similar to the requirements contained in the schedule of supplies. The evaluation of past performance information will take into account past performance information regarding predecessor companies, relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. Furnish the following information for each contract listed. The past performance proposal shall be prepared IAW these instructions and Paragraph 10 of this section, and will be evaluated IAW the evaluation criteria in FAR Clause 52.212-2, Evaluation Factors for Award. The past performance proposal shall be based on at least one (1) and no more than three (3) of the offeror's relevant contracts from different customers within the last three (3) years. Submit one (1) electronic copy of the past performance proposal via e-mail. (i) Company/Division Name (ii) Product/Service (iii) Contracting Agency/Customer (iv) Contract Number (v) Contract Dollar Value (vi) Period of Performance (vii) Verified, up-to-date name, address, fax and telephone number of the CO Section 3: Price/Cost Proposal - The firm fixed price shall be based on the rates contained in your proposal, including any volume or spot discounts. Since award will be based on initial responses, you are encouraged to offer your most advantageous pricing in the initial response. Contractors are required to complete the price that corresponds with the line item starting on page 3 of this solicitation. Fill in price for current year and option years. (ix) 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) BASIS FOR CONTRACT AWARD: This is a Lowest Price Technically Acceptable best value source selection. Award will be made to the lowest evaluated price offeror that is determined to have a technically acceptable proposal and receives an acceptable past performance rating. The contractor must have an rating of acceptable for technical to be considered for past performance evaluation. The contractor must have an rating of acceptable for past performance to be considered for price evaluation. An unacceptable evaluation will end that offeror's consideration for award. The evaluation process shall proceed as follows: Section 1: Technical Proposal - Evaluation Criteria The offeror's proposal shall, at a minimum, address each of the sub factors in (3) below, as they apply to the PWS. During evaluation of each proposal, the Government will assign each sub factor. A rating of unacceptable in one or more technical sub factors will constitute an overall rating of unacceptable for the technical evaluation and may result in the entire proposal being eliminated from the competition. Subfactor (1) - Lodging - Submit your organization's facilities available to provide Lodging to IAW the PWS. At a minimum, offeror should include a general description of amenities available in each room and confirmation of distance from Barnes ANG. Subfactor (2) - Gym - Submit your organization's amenities outside of the room, inside the facility. Subfactor (3) - Proximity to leisure activities - Submit a description of amenities within a short distance of your facility i.e. dining, malls and recreational facilities. The overall technical evaluation criteria: (i) Acceptable: Proposal clearly meets the minimum requirements of the solicitation. (ii) Unacceptable: Proposal does not clearly meet the minimum requirements of the solicitation. Section 2: Past Performance Proposal - Evaluation Criteria The Government will use a two-step procedure evaluating past performance: determine the weight of each project and then the acceptability. Data provided that is not similar or current will not have the same weight as one that is similar and current. An acceptability rating is applied to each project as the basis of overall Past Performance evaluation. The weight of the individual list of past performance data: (i) Recency is defined as performance occurring within the last three (3) years of the date of this solicitation, except that ongoing programs must have begun no less than three (3) months from issuance of the RFP (ii) Relevancy is an evaluation of similarity between what the contractor identifies as past performance compared with the requirements of the Performance Work Statement in this solicitation. The Government will evaluate the relevancy of offeror's past performance and assign ratings of Relevant or Not Relevant. Exceptions are noted below. The overall past performance evaluation criteria: (i) Acceptable: Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort or the offeror's performance record is unknown (See note below). (ii) Unacceptable: Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/ unacceptability, "unknown" shall be considered "acceptable." Section 3: Price Proposal - Evaluation Criteria The Government will use the following procedures when evaluating price: the sum total of cliins 0001 - 0010 is the contractor's evaluated price. Any other information provided by the offeror will not be considered or evaluated. All proposals will be evaluated for reasonableness. The Government may use any of the following price analysis techniques IAW FAR 15.404-1(b): comparison of proposed prices received, comparison of previously proposed prices and previous Government and commercial prices, use of parametric estimating/rough yardsticks, comparison with competitive published price lists or market prices, comparison with independent Government cost estimates, comparison with market research, and analysis of pricing information provided by the offeror. If the price analysis techniques are insufficient to make a determination of price reasonableness, the CO may request information other than cost or pricing data in order to make a determination of price reasonableness. To the extent necessary, the CO may use other proposal analysis techniques, such as technical analysis and cost analysis to determine price reasonableness. In addition, proposed unit prices will be evaluated for unbalanced pricing (FAR 15.404-1(g)). Unbalanced pricing exists when the price of one or more contract line items or sub line item appears to be significantly overstated or understated as indicated by the application of price analysis techniques. An offeror's proposal may be rejected if the CO determines that the lack of balance poses an unacceptable risk to the Government. Also a contract will not be awarded to an offeror whose price is not determined reasonable. 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). After initial evaluation of each offeror's technical and price proposals, and assessment of each offeror's past performance, if the lowest reasonably priced technically acceptable offer that has an acceptable evaluation in all categories is eligible to receive a contract. It is the Government's intent for award without entering into discussions as this represents the best value to the Government. 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. (xii) Provisions and Clauses by Reference: 52.203-3 Gratuities (APR 1984) 52.203-6 Alt I Restrictions on Subcontractor Sales To The Government (Sep 2006) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2015) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2015) 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (NOV 2015) 52.212-4 Contract Terms and Conditions--Commercial Items (MAY 2015) 52.219-6 Notice Of Total Small Business Set-Aside (NOV 2011) 52.219-8 Utilization of Small Business Concerns (OCT 2014) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37 Employment Reports on Veterans (FEB 2016) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 252.201-7000 Contracting Officer's Representative (DEC 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.203-7996 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Deviation 2016-O0003) (OCT 2015) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (DEC 2015) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2015) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013) 252.247-7023 Transportation of Supplies by Sea (APR 2014) (xiii) The following additional contract requirements and terms and conditions are applicable. 52.252-2 Clauses Incorporated by Reference (FEB 1998) 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 address: http://farsite.hill.af.mil 52.252-6 Authorized Deviations in Clauses (APR 1984) (a) The use in this contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2).clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2016) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 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 within two weeks prior to the last day of the period of performance. (End of clause) 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 7 days before contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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. (End of clause) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) (a) General. (1) Except as provided in paragraph (a)(2) of this clause, the Contractor agrees to accept payments due under this contract, through payment by a third party in lieu of payment directly from the Government, in accordance with the terms of this clause. The third party and, if applicable, the particular Government-wide commercial purchase card to be used are identified elsewhere in this contract. (2) The Government-wide commercial purchase card is not authorized as a method of payment during any period the System for Award Management (SAM) indicates that the Contractor has delinquent debt that is subject to collection under the Treasury Offset Program (TOP). Information on TOP is available at http://fms.treas.gov/debt/index.html. If the SAM subsequently indicates that the Contractor no longer has delinquent debt, the Contractor may request the Contracting Officer to authorize payment by Governmentwide commercial purchase card. (b) (1) Contractor payment request. Except as provided in paragraph (b)(2) of this clause, the Contractor shall make payment requests through a charge to the Government account with the third party, at the time and for the amount due in accordance with those clauses of this contract that authorize the Contractor to submit invoices, contract financing requests, other payment requests, or as provided in other clauses providing for payment to the Contractor. (b)(3) When the Contracting Officer has notified the Contractor that the Government-wide commercial purchase card is no longer an authorized method of payment, the Contractor shall make such payment requests in accordance with instructions provided by the Contracting Officer during the period when the purchase card is not authorized. (c) Payment. The Contractor and the third party shall agree that payments due under this contract shall be made upon submittal of payment requests to the third party in accordance with the terms and conditions of an agreement between the Contractor, the Contractor's financial agent (if any), and the third party and its agents (if any). No payment shall be due the Contractor until such agreement is made. Payments made or due by the third party under this clause are not payments made by the Government and are not subject to the Prompt Payment Act or any implementation thereof in this contract. (d) Documentation. Documentation of each charge against the Government's account shall be provided to the Contracting Officer upon request. (e) Assignment of claims. Notwithstanding any other provision of this contract, if any payment is made under this clause, then no payment under this contract shall be assigned under the provisions of the assignment of claims terms of this contract or the Assignment of Claims Act of 1940 (31 U.S.C. 3727, 41 U.S.C. 6305). (f) Other payment terms. The other payment terms of this contract shall govern the content and submission of payment requests. If any clause requires information or documents in or with the payment request that is not provided in the third party agreement referenced in paragraph (c) of this clause the Contractor shall obtain instructions from the Contracting Officer before submitting such a payment request. (End of clause) 52.246-4 INSPECTION OF SERVICES--FIXED-PRICE (AUG 1996) (a) Definitions. "Services," as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services. (b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long afterwards as the contract requires. (c) The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work. (d) If the Government performs inspections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. (e) If any of the services do not conform to contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by re-performance, the Government may (1) require the Contractor to take necessary action to ensure that future performance conforms to contract requirements and (2) reduce the contract price to reflect the reduced value of the services performed. (f) If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may (1) by contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service or (2) terminate the contract for default. (End of clause) SYSTEM FOR AWARD MANAGEMENT: Prior to award, the vendor must be registered in the System for Award Management (SAM) at https://www.sam.gov. The Government reserves the right to award on a multiple award or an all or none basis. If you need to obtain or renew a DUNS numberor CAGE code, please visit https://www.sam.gov. Lack of current registration in the SAM database will make an offeror ineligible for award. SITE VISIT: 104th site visit will be conducted at the contractor's facility based on appointments at or around the date of Wednesday, 17 August 2016. QUESTIONS: Contractor questions and concerns should be submitted no later than Tuesday, 23 August 2016 by 1000 hours to the following e-mail; usaf.ma.104-fw.list.fal-msc-contracting@mail.mil. DUE DATE: Submit all offers in response to this synopsis/solicitation to the Point of Contact (POC) electronically to: usaf.ma.104-fw.list.fal-msc-contracting@mail.mil. Please submit all questions in writing by email to the above-mentioned; questions or inquiries received by telephone will not be addressed. SERVICE CONTRACT LABOR STANDARDS: This contract is subject to the Service Contract Labor Standards (formerly known as the Service Contract Act of 1965). The applicable wage determination in effect at the time of award will be incorporated into the subsequent contract. Current rates can be found at the following site: http://www.dol.gov. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable. (xv) Proposals are due Friday, 26 August 2016 at 1400 hours (2:00PM). Proposals not received by the required date of submission may not be considered unless determined to be in the best interest of the government. (xvi) The POC for this action is MSgt Lori Rowe; telephone 413.564.2796; email lori.a.rowe.mil@mail.mil and the alternate is SMSgt Kyle Kiepke 413.572.1593.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-2/W912SV-16-T-0005/listing.html)
 
Place of Performance
Address: Contractor's Facility; Various Locations within a 10 mile radius, Massachusetts, United States
 
Record
SN04221294-W 20160814/160812234350-d50e8f36448496634943f66c0084a7ce (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.