SOLICITATION NOTICE
X -- CSTEA Awards Support - CSTEA Awards Support
- Notice Date
- 6/10/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 902 Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
- ZIP Code
- 78150-4525
- Solicitation Number
- F3PH170117A001
- Archive Date
- 7/2/2010
- Point of Contact
- Bryan Dubose, Phone: 210-652-8963
- E-Mail Address
-
bryan.dubose@randolph.af.mil
(bryan.dubose@randolph.af.mil)
- Small Business Set-Aside
- N/A
- Description
- CSTEA Awards Support Performance Work Statement The 902d Contracting Squadron at Randolph AFB has a Sole-Source requirement to purchase items as described in the Description of Supplies. This is a streamlined 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 notice constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-41. The NAICS Code is 721110; size standard $ 5.0M. IAW 10 U.S.C. 2304c(1), as implemented by FAR 6.302-1 - Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. A Firm Fixed Priced Award will be made in accordance with the following Description of Supplies: DESCRIPTION OF SUPPLIES/SERVICES CLIN 0001: Description: Ballroom, meeting room space, breakout rooms, supplies and services Qty: 1 Lot CLIN 0002: Description: Refreshments in accordance with PWS Qty: 1 Lot CLIN 0003: Description: USAF CSTEA Awards reception to be held on 14 Sept 2010 Qty: 1 Lot B. Period of Performance: 8 Sep 2010 through 14 Sep 2010 JUSTIFICATION The Gaylord National Hotel is the only hotel capable of meeting the requirements of the AFMA-hosted Chief of Staff Team Excellence Awards (CSTEA) conference. The requirements of this conference are for a large ballroom, meeting room space, breakout rooms and refreshments. Additionally, each nominated team is required to make a live presentation to a panel of GO/SES judges on 11-13 September 2010. They are also required to set up a exhibit booth at the AFA National Convention to share their success stories with others per AFI 36-3868 18 Mar 09, Chief Staff Team Excellence Award, Paragraph 100., "Each team will be required to set up a display booth in a designated exhibit area to share their success stories with others. Each team will be provided an 8 X 10-foot is (booth) funded by AFMA, for their display." These exhibit booths are required to coincide with the AFA National Convention held on 13-15 September 2010. The AFA has chosen the Gaylord National Hotel as the official location for their event. As a result of AFA bookings at the Gaylord National Hotel, and due to the limited capacity of hotels in the general vicinity of the Gaylord National Hotel to meet the requirements of AFMA's CSTEA, it is determined that no source other than the Gaylord National Hotel can meet this requirement. CONTRACT TERMS AND CONDITIONS: 52.204-7 - Central Contractor Registration 52.212-1 - Instructions to Offerors - Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. 52.212-4 - Contract Terms and Conditions - Commercial Items Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in terms and conditions of this contract may only be made by written agreement of the parties, with the exception of: (1) Administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Paragraph (n) of this clause is tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the government takes physical possession. Title of commercially-available-off-the-shelf (COTS) software is exempt from this paragraph. The terms and conditions of the software licensing agreement shall prevail in lieu thereof. 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Deviation). (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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) (1) 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 paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (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 $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements `` (Nov 2007)'' (41 U.S.C. 351, et seq.) (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements `` (Nov 2007)'' (41 U.S.C. 351, et seq.) (x) 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. 52.203-6- Restrictions on Subcontractors Sales to the Government 52.203-6- (Alt 1) Restrictions on Subcontractors Sales to the Government 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibited of Segregated Facilities 52.219-28 - Post Award Small Business Program Reprenstation 52.225-1 - Buy American Act - Supplies 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payments by Electronic Funds Transfer 52.233-4 - Applicable Law for Breach of Contract Claim 52.252-1 - Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil. 52.252-2 - Clauses Incorporated by Reference 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/these address (es): http://farsite.hill.af.mil. 52.252-6 - Authorized Deviations in Clauses (a) The use in this solicitation or 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 solicitation or contract of any FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (April 2010) (Deviation) (48 CFR 2001-O0002/204-o0002) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2010) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5 (APR 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.204-7004 Alt A - Central Contractor Registration (52.204-7) Alternate A 252.225-7012 - Preference for Certain Domestic Commodities 252.225-7001 - Buy American Act & Payment Program 252.225-7031 -- Secondary Arab Boycott of Israel 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 -- Levies on Contract Payments. 252.243-7001 -- Pricing on Contract Modifications 252.243-7002 - Request for Equitable Adjustments 5352.201-9101 - Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. WAWF: INVOICING INSTRUCTIONS AND PAYMENTS FOR SUPPLIES/SERVICES "INVOICING NOTICE: All invoices must match the CLIN structure on the contract. Failure to have the invoice match the contract may result in a delay in payment and/or rejection of invoice." Invoices for supplies/services rendered under this contract shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF). The vendor shall self-register at the web site https://wawf.eb.mil. Once registration has been completed, the vendor must notify the appropriate buyer or contracting officer that they're ready to start using WAWF. Vendor training is available on the internet at http://wawftraining.com. For more information, call 1-866-618-5988. Select the Create Invoice And Receiving Report COMBO within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report COMBO option prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. YOU ARE NOT AUTHORIZED TO USE THE 2N1 OPTION. THE USE OF 2N1 OPTION WILL DELAY PAYMENT. If customer requests copy of invoice, this can be accomplished via E-Mail direct to customer or by attachment to COMBO. Back up documentation (such as delivery receipts, etc.) can be included and attached to the COMBO option invoice in WAWF. Any Microsoft Office product may be attached. The following information is provided for completion of the invoice on WAWF: DD1155 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 14. When Block 14 indicates "See Schedule" use the first six digits of the CIN number listed on the CLIN. Pay DODAAC: See Block 15 SF 1449 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 15. When Block 15 indicates "See Schedule" use the first six digits of the CIN number listed on the CLIN. Pay DODAAC: See Block 18a SF 33 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 8 Pay DODAAC: See Block 25 SF 26 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 11 Pay DODAAC: See Block 12 NOTE: The following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C.794d). 1. Software applications and operating systems 2. Web-Based internet and internet information and applications 3. Telecommunications products 4. Video and multimedia products 5. Self contained, closed products 6. Desktop and portable computers Further information and guidance can be found at <http://www.section508.gov/> Interested parties capable of providing the above must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this combined synopsis/solicitation, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. Responses to this notice shall be provided in writing via e-mail to: TSgt Bryan Dubose, at bryan.dubose@randolph.af.mil and copied to Linda Johnson at linda.johnson1@randolph.af.mil. All responses shall be received NLT 2:00 AM CST on 17 Jun 2010. Email is the preferred method. Point of Contact: TSgt Bryan Dubose, Contract Specialist, Phone 210-652-5111, Fax 210-652-2759; Linda M. Johnson, Contracting Officer, Phone 210-652-5111, Fax 210-652-2759.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3PH170117A001/listing.html)
- Place of Performance
- Address: 201 Waterfron Street, National Harbor, Maryland, 20745, United States
- Zip Code: 20745
- Zip Code: 20745
- Record
- SN02174269-W 20100612/100610235231-019700e9d516729e65694f1ec76757c7 (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 |