Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2016 FBO #5502
MODIFICATION

X -- Conference Facilities, AV Equipment and Services, and Freight/Moving Services in San Antonio, TX

Notice Date
12/14/2016
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
17-WAHD-OAA-NAT-0017
 
Archive Date
1/5/2017
 
Point of Contact
Roxanne Yorgason, Phone: 2026934570, Myla Gale, Phone: 2026934570
 
E-Mail Address
yorgason.roxanne.a@dol.gov, gale.myla@dol.gov
(yorgason.roxanne.a@dol.gov, gale.myla@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION: 17-WAHD-OAA-NAT-0017 Conference Facilities, AV Equipment and Services, and Freight/Moving Services in San Antonio, TX 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 document is issued as a request for quote (RFQ). When submitting quotes, please use the reference number 17-WAHD-OAA-NAT-0017. iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92; November 18, 2016. iv. No set-asides apply to this solicitation. The associated NAICS code is 721110 (Hotels (except Casino Hotels) and Motels). v. This combined solicitation/synopsis is for the acquisition of Conference Facilities, AV Equipment and Services, and Freight/Moving Services in San Antonio, TX, according to the Statement of Work (see Attachment 1). vii. Schedule: The proposed vendor shall provide a quote for January 31 - February 17, 2017. viii. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (OCT 2016), applies to this acquisition. (See at http://farsite.hill.af.mil/vffara.htm) ix. FAR 52.212-2 Evaluation-Commercial Items (OCT 2014): 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, Lowest Price Technically Acceptable. Technical acceptability is based on the Contractor being able to accommodate the above number of attendees for the desired dates and providing all of the Conference Facilities, AV Equipment and Services, and Freight/Moving Services for their facility in San Antonio, TX. x. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2016): The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. xi. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015) applies to this acquisition. (See at http://farsite.hill.af.mil/vffara.htm) xii. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (NOV 2016) applies to this acquisition. See Attachment 2: FAR 52.212-5 for the provision in its entirety. xiii. Additional contract requirement(s) or terms and conditions that apply to this contract: a. DOLAR 2952.201-70, Contracting Officer's Technical Representative (COTR) (MAY 2004), applies to this acquisition (http://farsite.hill.af.mil/reghtml/regs/other/dolar/2952.htm) b. To be eligible for award under this solicitation, the vendor must propose a facility that: i. Is compliant with the requirements of the Americans with Disabilities Act, ii. Is registered on the System for Award Management (www.sam.gov). iii. Meets all of the requirements of this solicitation. c. The proposed venue must accept Government purchase orders. This solicitation is for a venue to host the event; event-planning services are neither requested nor required. d. The vendor must meet the requirements of the Statement of Work and have a current collective bargained agreement with the venue's workforce. e. The Government intends to award a firm-fixed-price purchase order resulting from this combined synopsis/solicitation. f. ELECTRONIC SUBMISSION OF PAYMENT REQUESTS CLAUSE (FEBRUARY 2014) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Invoice payment has the meaning given in FAR 32.001. (3) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic Payment Requests. Except as provided in paragraph (f) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this clause, and therefore no additional electronic invoice submission is required. (c) Data Transmission. A contractor must ensure that the data transmission method and format comply with the following provisions: An original invoice shall be prepared and submitted to the Department of Labor (DOL) by email to: DOL-NO-WH@quickpay.dol.gov (1) The contractor shall: a. Address the invoice to the appropriate e-mail address specified in the contract. b. Submit the invoice via attachment in PDF or TIFF format. c. Submit only one invoice per electronic submittal. d. Enter specific information in the subject line of the e-mail in the following format: <Contractor Name>, DOL Agency, <Contract Number, BPA Call or Order Number>, Invoice Number, <Invoice Amount> Example: ABC Co, OASAM, DOL00-00-X0000/X0000, Invoice Number AB-1298433, $15,000.00. e. Submit a copy of the email with the attached invoice to the contracting officer's representative (COR) at the COR email address specified in the contract. f. Before sending another e-mail with the same invoice attachment, confirm whether DOL has already responded and/or whether you have received a success or failure response to your submission. (2) The contractor MUST NOT: a. Submit an invoice that exceeds the size limit of 16 megabytes (approximately 400-500 pages). However, if the invoice exceed this limit, a summary invoice attachment of less than 16 megabytes should be e-mailed to the payment e-mail address above; while the detailed invoice, including any supplemental information, shall be sent to the COR or other representative at the address. b. Submit an invoice that is heavy in shading or color. 1. An e-mailed PDF image cannot have any text that has a background with any color other than white. If the image has a shaded background, it will be converted to black, and the text will be illegible. 2. An emailed TIFF image must be black and white. c. Submit more than one attachment, as subsequent attachments will not be recognized. d. Submit more than one invoice in a single attachment. e. Attempt to use the "Recall or Resend" email message feature. (d) General Information. Payment due dates will be calculated only from the date that invoices are received in the electronic invoicing e-mail box and determined to be proper invoices. Inquiries regarding invoices should be e-mailed to DCASinvoiceinquiry@dol.gov. The relevant invoice must be attached to the inquiry e-mail and the subject line of the e-mail must state "INQUIRY," followed by the information described in paragraph (1) d. above. Example: INQUIRY: <Contractor Name>, DOL Agency, <Contract Number, BPA Call or Order Number>, Invoice Number, <Invoice Amount> Do NOT use the electronic invoicing e-mail address for inquiries about the invoice. (e) Invoice requirements. Invoices shall comply with FAR 32.905. (f) Exceptions. Paper invoices should only be faxed or mailed through U.S. mail when electronic mail cannot be accomplished. When invoices must be faxed due to e-mail size limitations, fax them to: 202- 357-0501 Attention DOL/Wage and Hour Division, Financial Management Branch, Kimberly Randall When paper invoices must be mailed due to e-mail size limitations, mail them to the following address: U.S. Department of Labor Office of Financial Management Operations Room S-5526 Attn: DCAS 200 Constitution Avenue, N.W Washington, DC 20210 (End of clause) xiv. Any questions regarding this solicitation should be emailed to Roxanne Yorgason at Yorgason.roxanne.a@dol.gov. Questions are due no later than Friday December 16, 2016 at 1:00 PM EST. xv. Offers are due to the Contract Specialist no later than Wednesday, December 21, 2016 at 1:00 PM EST. All quotes must be emailed to Roxanne Yorgason at Yorgason.roxanne.a@dol.gov. ****************End of Description****************
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/17-WAHD-OAA-NAT-0017/listing.html)
 
Place of Performance
Address: Contractor's Location, San Antonio, Texas, United States
 
Record
SN04351355-W 20161216/161214234202-243ebaf2b3f4c95cfd61fd01d97e5a4a (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.