Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
MODIFICATION

10 -- Amendment

Notice Date
9/3/2010
 
Notice Type
Modification/Amendment
 
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
W9124L-10-T-0227
 
Response Due
9/7/2010
 
Archive Date
11/6/2010
 
Point of Contact
Eric Romero, 5804423225
 
E-Mail Address
Fort Sill DOC
(eric.romero5@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to incorporate AMC AGENCY LEVEL PROTEST PROCEDURES, DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) CLARIFICATIONS AND ADDITIONAL REQUIREMENTS, and to change CLIN 0001 from (QTY. 125) to (QTY. 130). All other terms and conditions remain unchanged. Please refer to revised document below. This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Conference Space, and Hotel Services located in the Grapevine Texas. Request for Quote is prepared in accordance with the format in Subpart 12.6- Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, W9124L-10-T-0227; quotes are being requested and a written solicitation will not be issued. Fort Sill intends to award a Firm-Fixed-Price, Single Award Schedule for Strong Bonds Retreat services. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43, effective 2 August, 2010. The North American Industrial Classification System (NAICS) code for this procurement is 721110 with a business size standard of $7.0 million dollars. This Federal Business Opportunity announcement/solicitation is solicited Unrestricted, and constitutes the only RFQ document that will be issued. The Period of Performance for this requirement will be September 8-12, 2010. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN 0001 (QTY. 130) Rooms shall include two queen size beds and internet for each room. 8 September (45 each) $____________ 9 September (45 each) $____________ 10 September (20 each) $___________ 11 September (20 each) $___________ CLIN 0001 Total Amount $ ____________ CLIN 0002 (QTY. 40) Rooms shall include king sized beds and internet for each room. 10 September (20 each) $___________ 11 September (20 each) $___________ CLIN 0002 Total Amount $ ____________ CLIN 0003 (QTY. 5) Adult meeting room large enough for approximately 80 adults and shall have AV capabilities, snacks like; muffins, Danishes, etc. drinks including tea, water and coffee. Snacks shall be stocked twice a day. 8 September (1 each) $____________ 9 September (1 each) $____________ 10 September (1 each) $___________ 11 September (1 each) $___________ 12 September (1 each) $___________ CLIN 0003 Total Amount $ ____________ CLIN 0004 (QTY.3) Audio Visual for adult meeting room. Room shall include TV, DVD Player, Screen, Data Projector and wireless microphone large enough for everyone to view comfortably. 10 September (1 each) $___________ 11 September (1 each) $___________ 12 September (1 each) $___________ CLIN0004 Total Amount $ ____________ CLIN 0005 (QTY. 250) Adult dinner shall be provided and shall include a meal consisting of beef and chicken fajitas served with warm flour tortillas, guacamole, shredded lettuce, shredded cheese, sour cream, salsa, Pico de gallo, tortilla chips, refried beans, spanish rice, tossed green salad with choice of dressing, choice of dessert, iced tea, regular and decaffeinated coffee or must be a comparable hot dinner buffet which shall include 2 meats. 8 September (45 each) $____________ 9 September (45 each) $____________ 10 September (80 each) $___________ 11 September (80 each) $___________ CLIN0005 Total Amount $ ____________ CLIN 0006 (QTY. 120) Children lunch shall be provided to children under age 12, lunch shall include casual lunch buffet consisting of hamburgers with buns, choice of hot dogs, or bratwurst with buns, lettuce, sliced cheeses, tomato, onion, sauerkraut, and pickles, ketchup, mustard, and mayonnaise, potato salad, relish tray, coleslaw, baked beans, potato chips, choice of dessert, iced tea, regular and decaffeinated coffee or shall be a comparable hot lunch buffet which shall include two meats. 11 September (60 each) $___________ 12 September (60 each) $___________ CLIN0006 Total Amount $ ____________ CLIN 0007 (QTY. 295) Adult lunches shall be a casual lunch buffet consisting of hamburgers with buns, choice of hot dogs, bratwurst with buns, lettuce, sliced cheeses, tomato, onion, sauerkraut and pickles, ketchup, mustard, and mayonnaise, potato salad, relish tray, coleslaw, baked beans, potato chips, choice of dessert, iced tea, regular and decaffeinated coffee or must be a comparable hot lunch buffet which shall include 2 meats. 8 September (45 each) $____________ 9 September (45 each) $____________ 10 September (45 each) $___________ 11 September (80 each) $___________ 12 September (80 each) $___________ CLIN0007 Total Amount $ ____________ CLIN 0008 (QTY. 120) Children dinner shall be provided and shall include a meal consisting of beef and chicken fajitas served with warm flour tortillas, guacamole, shredded lettuce, shredded cheese, sour cream, salsa, pico de gallo, tortilla chips, refried beans, spanish rice, tossed green salad with choice of dressing, choice of dessert, iced tea, regular and decaffeinated coffee or must be a comparable hot dinner buffet which shall include 2 meats. 10 September (60 each) $___________ 11 September (60 each) $___________ CLIN0008 Total Amount $ ____________ CLIN 0009 (QTY. 120) Children breakfast for children under 12 years of age shall include scrambled eggs, crisp bacon strips and sausage links/patties, home fried potatoes or hash browns, biscuits and country gravy, sliced seasonal fruits and berries, selection of breakfast breads, muffins, fruit preserves and butter, selection of chilled juices, regular and decaffeinated coffee, hot water with assorted teas or shall be a comparable hot breakfast buffet which shall include two meats. 11 September (60 each) $___________ 12 September (60 each) $___________ CLIN0009 Total Amount $ ____________ CLIN 0010 (QTY. 3) Audio visual for childrens meeting room shall include DVD player, and large flat screen TV (minimum 42). 10 September (1 each) $___________ 11 September (1 each) $___________ 12 September (1 each) $___________ CLIN0010 Total Amount $ ____________ CLIN 0011 (QTY. 250) Adult breakfast for children under 12 years of age shall include scrambled eggs, crisp bacon strips and sausage links/patties, home fried potatoes or hash browns, biscuits and country gravy, sliced seasonal fruits and berries, selection of breakfast breads, muffins, fruit preserves and butter, selection of chilled juices, regular and decaffeinated coffee, hot water with assorted teas or shall be a comparable hot breakfast buffet which shall include two meats. 9 September (45 each) $____________ 10 September (45 each) $___________ 11 September (80 each) $___________ 12 September (80 each) $___________ CLIN0011 Total Amount $ ____________ TOTAL QUOTE PRICE $________________ FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this requirement and may be viewed at http://farsite.hill.af.mil/. 52.204-7 (Central Contractor Registration) (APR 2008) 52.212-1 (Instructions to Offerors- Commercial Items) (JUN 2008) 52.212-4 (Contract Terms and Conditions--Commercial Items) (JUN 2010) 252.203-7002 (Requirement to Inform Employees of Whistleblower Rights) (JAN 2009) 252.204-7003 (Control Of Government Personnel Work Product) (APR 1992) 252.204-7004 Alt A (Central Contractor Registration) (SEP 2007) 252.211-7003 Alt 1 (Item Identification and Valuation) (AUG 2008) 252.232-7010 (Levies on Contract Payments) (DEC 2006) 52.212-3 (OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (AUG 2009) ALTERNATE I) (APR 2002). Offerors are encouraged to register in ORCA to maintain Representations and Certifications. This registration link is located within the CCR website. 52.212-5 (CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS) (JUL 2010) (52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.232-33, 52.222-41). 52.252-1 (SOLICITATION PROVISIONS INCORPORATED BY REFERENCE) (FEB 1998) 52.252-2 (CLAUSES INCORPORATED BY REFERENCE) (FEB 1998) 252.212-7001 (CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS) (JUN 2010) (252.203-7000, 252.225-7001, 252.225-7036, 252.232-7003, 252.247-7023 Alt III). 252.232-7003 (ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS) (MAR 2008) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: price and past performance. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. (b) A written notice of award or acceptance of an offer, e-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. (End of provision) To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. Questions concerning this solicitation shall be addressed to Eric Romero, Contracting Specialist, and e-mailed to eric.romero5@us.army.mil, all questions or inquires shall be submitted in writing no later than September 3, 4:00 p.m. Central Standard Time. No phone calls will be accepted. Faxed quotes will be accepted. Fax 580-442-8014 Closing date for receipt of quotes is September 7, 2010, at 12:00 PM CST. AMC AGENCY LEVEL PROTEST PROCEDURES If you have complaints about this procurement, it is preferable that you first attempt to resolve those concems with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concems within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program. the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Room 2-1 SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Ievel protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) CLARIFICATIONS AND ADDITIONAL REQUIREMENTS 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. EVALUATION AND AWARD The Government will evaluate offers in response to this request and award a purchase order/contract 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). 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. WIDE AREA WORKFLOW (WAWF) BILLING INSTRUCTIONS Contractors are advised: For Invoices use the Invoice/Receiving Report (Combo) type. DO NOT USE: The Fast Pay Option Use the following DoDAACs when providing invoices and receiving reports. Administered By:W9124L Payment Official:HQ0302 Issued By: W9124L Ship To: WAU2AA Acceptance By: WAU2AA NOTE: Failure to include the following additional email addresses for the Specialist and Acceptor could result in a delay in payment of your invoice. ACCEPTOR POC: Will be provided at time of award ACCEPTOR EMAIL:Will be provided at time of award SPECIALIST EMAIL:Will be provided at time of award For WAWF issues contact: WAWF Customer Service at 1-866-618-5988 / 1-801-605-7095 or by email at cscassig@csd.disa.mil For Receiving Report inquiries contact: Acceptor POC identified above. 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 Eric Romero at email eric.romero5@us.army.mil and Annette Arkeketa-Rendon at email annette.arkeketarendon@us.army.mil. Clarifications and/or questions are due 3 September, 2010 at 4 p.m CST. Sufficient time should be allowed for a reply to reach bidders/offerors before submission of their bids/offers. No phone calls, email only. Oral explanations will not be binding. 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. INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that quotations 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. 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. Work Force: The successful offeror shall not hire persons not legally residing in the United States of America.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9a52deb539b97fe1c82fc41f4e0abbbb)
 
Place of Performance
Address: Fort Sill DOC Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN02267970-W 20100905/100903235419-9a52deb539b97fe1c82fc41f4e0abbbb (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.