Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2010 FBO #3098
SOLICITATION NOTICE

V -- MTSS INTERIM LODGING FOR FORT SILL, OKLAHOMA

Notice Date
5/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Fort Sill DOC, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L10T00940001
 
Response Due
5/19/2010
 
Archive Date
7/18/2010
 
Point of Contact
Addam Tate, 580-442-5555
 
E-Mail Address
Fort Sill DOC
(addam.tate@conus.army.mil)
 
Small Business Set-Aside
N/A
 
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. AMENDMENT NUMBER 01 TO COMBINED SYNOPSIS/SOLICITATION W9124L-10-T-0094: THE PURPOSE OF THIS AMENDMENT IS TO CORRECT POSTING ADMINISTRATIVE ERRORS. SOLICITATION IS CURRENTLY AVAILABLE ON ARMY SINGLE FACE TO INDUSTRY, https://acquisition.army.mil/asfi/, BUT DID NOT POST TO FEDERAL BUSINESS OPPORTUNITIES, www.fbo.gov, AS EXPECTED. OPENING DATE OF THE SOLICITATION WAS FRIDAY, 14 MAY 2010. CLOSING DATE REMAINS 19 MAY 2010, 12:00 P.M., CDST. ACTION CODE: Combined Synopsis/Solicitation Notice CLASS CODE: V231 NAICS CODE: 721110 SUBJECT: MTSS Interim Lodging for Fort Sill, OK SOLICITATION NUMBER: W9124L-10-T-0094 SET-ASIDE CODE: Unrestricted CLOSING DATE: 05/19/2010 @ 12:00 PM, CDST PLACE OF PERFORMANCE: 10-mile radius of Lawton/Fort Sill, OK POINT OF CONTACT: Deidra Zerzavy, Contract Specialist, PH: 580-442-5204 or e-mail deidra.zerzavy@us.army.mil. (A.) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, 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. (B.) This Solicitation is a Request for Quote (RFQ) for MTSS Interim Lodging for Soldiers in accordance with the Governments requirement. (C.) VENDOR MUST PROVIDE THE FOLLOWING INFORMATION: * Company Name/Address: * DUNS #: * Cage Code: * Federal Tax ID: * Business Size: * Business Type: ____________(Minority/Woman-Owned/Disadvantaged/Veteran-Owned, etc.) * Delivery Date: days After Receipt of Order (ARO) * Point of Contact: * POC Phone/Fax/E-mail: * Total amount of Bid: $_____________ Current CCR Registration is Mandatory. PAYMENT WILL BE MADE BY GOVERNMENT PURCHASE CARD (VISA). THE GOVERNMENT WILL NOT AND CANNOT MAKE PAYMENT THROUGH PAYPAL. QUOTE SHOULD REFLECT FOB: DESTINATION PROPOSALS SHALL BE SUBMITTED WITH SPECIFICATIONS OF THE PRODUCTS THAT YOU WILL BE PROVIDING. Contact Deidra Zerzavy by phone/fax/email if you have any questions/concerns. Phone: 580-442-5204/fax: 580-442-8014/email: deidra.zerzavy@us.army.mil (D.) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-41, Effective 13 May 2010. (E.) Notice of No Set Aside. This requirement is solicited as Unrestricted. The associated NAICS code is 721110 and the size standard is $7.0 million. This solicitation is issued under FAR Subpart 13.5, Test Program For Certain Commercial Items. Performance is local area within 10-mile radius of Fort Sill, Oklahoma. (F.) The following items are needed to support incoming soldiers to Fort Sill for training classes. Please provide quote in spaces provided below: CLIN 0010: ROOMS FOR MTSS. 48 hotel rooms at __________ per night, for a total of 43 nights. Check in date: 20 May 2010. Check out date: 2 July 2010. Per diem rate (including hotel/motel tax): ____________ Total quote amount to support 43 room nights: ____________ PLACE OF PERFORMANCE. The place of performance for this requirement will be at the local area hotels servicing the Lawton, Oklahoma area within the proper city limits. These locations will be within 10 miles or less from Fort Sill, OK. (G.) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper, FAR 52.204-7 Central Contractor Registration, FAR 52.212-4 Contract Terms and Conditions-Commerical Items, FAR 52.247-34 FOB Destination, DFAR 252.203-7002 Requirements to Inform Employees of Whistleblower Rights, DFAR 252.204-7003 Control of Government Personnel Work Product, DFAR 252.204-7004 ALT A Required Centeral Contractor Registration, DFAR 252.209-7004 Sub with Firms that are Owned or Controlled by the Gov of a Terrorist Country, DFAR 252.211-7003 ALT 1 Item Identification and valuation, DFAR 252.232-7003 Electronic Submission of Payment Requests, and DFAR 252.232-7010 Levies on Contract Payments. (H.) The following clauses in FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders are clause is applicable to this acquisition:. The following FAR clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.203-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-36, 52.222-41, 52.222-42, and 52.222-44. (I.) The following clause is in incorporated with websites: FAR 52.252-2 Clauses Incorporated by Reference. For further information please go to the associated website: http://farsite.hill.af.mil. (J.) The following DFARS clauses apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within the aforementioned clause are being selected as applicable to this acquisition: 52,203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003, and 252.243-7002. (K.) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-- Commercial Items, DFAR 252.209-7001 Disclosure of Ownership or Contral by the Gov of a Terrorist Country, DFAR 252.212-7000 Offeror Representations and CertificationsCommercial Items, and DFAR 252.225-7031 Secondary Arab Boycott of Israel. (L.) The following provisions apply to this acquisition and are incorporated by full text: FAR 52.212-3 Offeror Representations and CertificationsCommercial Items, and FAR 52.252-1 Solicitation Provisions IBR. Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: 1.) PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. 2.) FAIR LABOR STANDARDS ACT AMENDMENT (MAY 74) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. 3.) APPLICABLE WAGE DETERMINATION (S) The following U.S. Department of Labor Wage Determination (s) is (are) applicable to this procurement: (a copy of each Determination is incorporated herein and made a part hereof at Attachment 1.) Wage Determination No Date 1995-0714 (Rev 26) 01/29/2010 4.) STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hires incorporated into this contract by reference by FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION EMPLOYEE CLASS MONETARY WAGE-FRINGE BENEFITS* Maid/Houseman $11.85 36.25% Food Service Worker $12.81 36.25% Desk Clerk $13.41 36.25% 5.) CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. 6.) CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. EXEMPTION FROM THE CLAUSE ENTITLED ELECTRONIC SUBMISSION OF PAYMENT REQUESTS The Contractor is exempt from submitting payment requests and receiving reports in electronic form based on criteria found in DFARS 232.7002 (a). The exception for this contract is PAYMENT BY GOVERNMENT PURCHASE CARD. 7.) PAYMENTS The Government will process payments for supplies/services rendered under this contract through the Government-wide Commercial Purchase Card (GPC). The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours after shipping the supplies or performance of service (see block 9 of the SF1449 or block 6 of the DD1155 for the mailing address. The third party is: US Bank, GPC Payment Services, PO Box 6313, Fargo, ND 58125-6313 The purchase card to be used is: GSA Smart Pay Purchase Card (GPC) 8.) SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THEFOLLOWING FORMAT: 1. NAME AND ADDRESS. 2.CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER.(MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3.DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4.SHIPPING AND PAYMENT TERMS. 5.COMPLETE MAILING ADDRESS. 6.TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. 9.) EVALUATION AND AWARD The Government will evaluate offers in response to this request and award a purchase order to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). 10.) CONDUCT OF EMPLOYEES The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. 11.) CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Deidra Zerzavy at email deidra.zerzavy@us.army.mil and Lisa G. Slagle at email lisa.g.slagle@us.army.mil. Clarifications and/or questions are due by 12:00 p.m. on Wednesday, May 19, 2010. Sufficient time should be allowed for a reply to reach offerors before submission of their offers. No phone calls, email only. Oral explanations will not be binding. 12.) COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. 13.) INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. 14.) NOTICE OF AWARD 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 offers 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. 15.) Work Force: The successful bidder shall not hire persons not legally residing in the United States of America. 16.) DEPARTMENT OF LABOR WAGE DETERMINATION WD 95-0714 (Rev.-26) was first posted on www.wdol.gov on 02/09/2010 FL/HH/MS ********************************************************************************** REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON, D.C. 20210 | | Shirley F. Ebbesen Division of Wage | Wage Determination No: 1995-0714 Director Determinations | Revision No: 26 | Date Of Revision: 01/29/2010 ----------------------------------------------------------------------------- States: Oklahoma, Texas Area: Oklahoma Counties of Comanche, Cotton, Greer, Harmon, Jackson, Jefferson, Kiowa, Stephens, Tillman Texas Counties of Archer, Baylor, Clay, Wichita, Wilbarger ----------------------------------------------------------------------------- **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE Food & Lodging: 07041 - Cook I 10.07 07042 - Cook II 12.08 07070 - Dishwasher 7.69 07130 - Food Service Worker 8.09 07260 - Waiter/Waitress 7.69 11060 - Elevator Operator 7.69 11210 - Laborer, Grounds Maintenance 8.09 11240 - Maid or Houseman 8.09 99030 - Cashier 8.09 99050 - Desk Clerk (see 1) 8.09 Halfway House & Residential Community Treatment: 01011 - Accounting Clerk I 10.16 01012 - Accounting Clerk II 10.93 01111 - General Clerk I 9.30 01311 - Secretary I 11.80 01611 - Word Processor I 9.30 07041 - Cook I 10.07 07042 - Cook II 12.08 07070 - Dishwasher 7.69 07130 - Food Service Worker 8.09 11150 - Janitor 8.09 11210 - Laborer, Grounds Maintenance 8.09 11240 - Maid or Houseman 8.09 23370 - General Maintenance Worker 10.74 27101 - Guard I 9.15 27102 - Guard II 9.88 99050 - Desk Clerk (see 1) 9.30 Moving & Storage: 21020 - Forklift Operator 10.07 21050 - Material Handling Laborer 8.71 21110 - Shipping Packer 10.07 21410 - Warehouse Specialist 10.07 31361 - Truckdriver, Light 10.07 31362 - Truckdriver, Medium 10.74 31363 - Truckdriver, Heavy 11.41 31364 - Truckdriver, Tractor-Trailer 12.08 _____________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.35 per hour or $134.00 per week or $580.66 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 10 years, and 4 after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day,Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) Rates are applicable only under the appropriate occupational category. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract(either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of wash and wear materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. The duties of employees under job titles listed are those described in the Service Contract Act Directory of Occupations, Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol.gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinentinformation including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the Service Contract Act Directory of Occupations (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b827d2bb207540f3911abb879d7b20e2)
 
Place of Performance
Address: Fort Sill DOC Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN02152037-W 20100519/100517235123-b827d2bb207540f3911abb879d7b20e2 (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.