Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2017 FBO #5706
SOLICITATION NOTICE

V -- 277th QM CO Lodging

Notice Date
7/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2205 Infantry Post Rd., Fort Sam Houston, TX 78234
 
ZIP Code
78234
 
Solicitation Number
W9124J-17-T-WEST
 
Response Due
7/10/2017
 
Archive Date
1/6/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
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 W9124J-17-T-WEST 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 2005-95. 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 a [ Small Business ] set-aside 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 2017-07-10 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The MICC Joint Base San Antonio requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: 277th Lodging Total of 58 Double Occupancy Rooms, Checking-in on July 27, 2017 Checking-out July 28, 2017 one night., 58, EA; 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 Joint Base San Antonio 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 Joint Base San Antonio 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The hotel must enjoy at least a two (2) star rating or two (2) diamond rating as established by AAÃÂ ®. The Hotel's past performance will be reviewed and evaluated upon the close of the Buy. To ensure the safety of the officers, hotels with past performance such as:crime, prostitution, bug infestation etc will not be considered. As a 3rd party you must be financially responsible to pay the hotel. You must submit all requested documentation as specified on the solicitation on your bid. If not submitted at the time solicitation closes your bid will be deemed technically unacceptable NAISC: 721110 CAT: V FSC: V231 SIC: 7011 The Vendor must have NAICS 721110 on their Reps &Certs in their SAM.gov profile in order to be considered for award. 1. Scope: Provide Overnight Room Stay services for the 277th QM CO a. Provide non-smoking double rooms for the following listed nights and quantities: 27 July 2017 “ 58 Double Occupancy Rooms b. Provide overnight parking with enough space to accommodate a large convoy containing 46 vehicles in which 9 are 5,000 gallon tankers and 12 are large flatbed trailers with loads ranging from tri-con to chained forklifts. These oversized vehicles cannot be parked on hotel property despite working with multiple hotel managers. The hotel has truck stops and schools less than ½ mile away that meet our parking and fuel requirements. The 277th has requested special support from schools in the area to accommodate the large vehicle size and load. Upon returning from Ft. Bragg the 277th will have an additional 8 vehicles adding to the size of the convoy and load. It is mission critical that the 277th stays at this hotel. c. Provide Wi-Fi d. Provide Complimentary Full Breakfast. e. Hotel name and location: Sutton/Flatwoods Days Inn & Suites, 350 Days Drive, Sutton, WV 26601. 2. Safety Requirements: The sleeping rooms shall only be accessible from inside the hotel. For Security reasons, on-site hotel employee must be available 24 hours. Vehicle guards will be Posted on a DA6. 3.Cancelation Policy: Request a flexible room count with up to 10% attrition rate in the room amounts. Final room count, as well as by-name room list will be submitted to the hotel NLT 72 hours prior. 4. Terms: Vendor will invoice upon completion of services via WAWF. Must be register with SAM and obtain a cage code for invoice. 5. AFRC-SLA-ESAQ MEMORANDUM FOR Contracting Officer, MICC USAR Center “ Fort Sam Houston
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5fe997ee59c540783c92fc753b0c95c6)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04569939-W 20170708/170706235756-5fe997ee59c540783c92fc753b0c95c6 (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.