Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2011 FBO #3661
MODIFICATION

V -- Orlando Yellow Ribbon Lodging

Notice Date
12/1/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
2323 Daupine Street, East Point, GA 30344
 
ZIP Code
30344
 
Solicitation Number
001019876
 
Response Due
12/2/2011
 
Archive Date
5/30/2012
 
Point of Contact
Name: Mark Blevins, Title: Contract Specialist, Phone: 8037515512, Fax: 8037511901
 
E-Mail Address
mark.a.blevins2@us.army.mil;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is 001019876 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 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 488999 with a small business size standard of $7.00M.This requirement is unrestricted 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 2011-12-02 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The U.S. Army ACC ARCC SOUTH requires the following items, Meet or Exceed, to the following: LI 001, LODGING: 880 Total Room Nights IAW PWS/SOW. POP is from 13 December 2011 thru 18 December 2011. The breakdown of rooms is identified in the PWS/SOW. All quotes must further specifically provide a breakdown of rooms per day and the costs of those rooms. Because each day has a different requirment for rooms, the contractor must also identify and provide in its quote the room's specifications, amenities, and any other details that is required to adequately address all requirements in the PWS/SOW. This breakdown should enable the USG to quickly and fully understand what is being offered by the contractor and permit an easy method to determine if the quote is responsive. The breakdown is as follows: 13 DEC -19 DEC 2011 10 rooms x 6 nights = 60 room nights; 15 DEC -18 DEC 2011 50 rooms x 3 nights = 150 room nights; 16 DEC - 18 DEC 2011 335 rooms x 2 nights = 670 room nights., 1, LOT; LI 002, HEADQUARTERS ROOM / BOARDROOM: The contractor must identify in its quote the specifics of the space which is denominated as the HQ/Boardroom IAW PWS/SOW and what the contractor is offering in its quote. This breakdown should enable the USG to quickly and fully understand what is being offered by the contractor and permit an easy method to determine if the quote is responsive., 1, EA; LI 003, TRAINING and SESSION ROOMS and CONFERENCE SPACE: The contractor must specify and provide a detailed quote for all of the required training & sessions rooms, and conference space as well as the needed audio/visual equipment IAW SOW/PWS. This breakdown should enable the USG to quickly and fully understand what is being offered by the contractor and permit an easy method to determine if the quote is responsive., 1, LOT; LI 004, FOOD & BEVERAGE. There will be approximatly 750 attendees requiring meals. Meals and Beverages IAW SOW/PWS must be specifically identified in the contractor's quote and must conform to the solicitation. This breakdown should enable the USG to quickly and fully understand what is being offered by the contractor and permit an easy method to determine if the quote is responsive., 1, LOT; LI 005, YOUTH & CHILD REGISTRATION, CHILD CARE ROOMS. IMPORTANT *** VENDOR MUST BE CERTIFIED OR HAVE CERTIFIED CHILD CARE SERVICES TO INCLUDE ALL NECESSARY FEDERAL BACKGROUND CHECKS AS REQUIRED IN THE FAR/DFARS/FEDERAL LAW. There will be an estimated 200-300 children. All items identified in the SOW/PWS must be specifically addressed in the contractors quote. This breakdown should enable the USG to quickly and fully understand what is being offered by the contractor and permit an easy method to determine if the quote is responsive., 1, LOT; LI 006, TRANSPORTATION: There is an estimated 400 persons who will need transportation. Transportation requirements must conform and must be IAW the PWS/SOW and the contractor must identify in its quote the transportation services it will provide to guests. This breakdown should enable the USG to quickly and fully understand what is being offered by the contractor and permit an easy method to determine if the quote is responsive., 1, LOT; 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, U.S. Army ACC ARCC SOUTH 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. U.S. Army ACC ARCC SOUTH 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. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions Desired Delivery: 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL If you have complaints about this procurement, it is preferable that youfirst attempt to resolve those concerns with the responsible contractingofficer. However, you can also protest to Headquarters, AMC. The HQ,AMC-Level Protest Program is intended to encourage interested parties toseek resolution of their concerns within AMC as an Alternative DisputeResolution forum, rather than filing a protest with the GovernmentAccountability Office or other external forum. Contract award orperformance is suspended during the protest to the same extent, and withinthe same time periods, as if filed at the GAO. The AMC protest decisiongoal is to resolve protests within 20 working days from filing. To betimely, 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, theprotest must request resolution under that program and be sent to theaddress below. All other agency-level protests should be sent to thecontracting officer for resolution. HQ Army Material CommandOffice of Command Counsel9301 Chapek Rd, Room 2-1SE3401Ft. Belvoir, VA 22060-5527Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to:HQ Army Material CommandOffice of Command CounselRoom 2-1SE34011412 Jackson LoopFt. Belvoir, VA 22060-5527 The AMC-Level 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6cc8a96d9359a576e1da2b0bdf05f4fb)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02631852-W 20111203/111201234917-6cc8a96d9359a576e1da2b0bdf05f4fb (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.