Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2012 FBO #3953
MODIFICATION

V -- LEASE OF HOTEL ROOMS - FT CAMPBELL, KY

Notice Date
9/18/2012
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-12-R-0036
 
Response Due
9/25/2012
 
Archive Date
11/24/2012
 
Point of Contact
SaLonda M. Ozier, 270-461-1902
 
E-Mail Address
MICC - Fort Campbell
(salonda.m.ozier.civ@mail.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
Amendment is to revise wording in the Performance Work Statement to read: A minimum of one bed and one night stand; each bed shall have two pillows, one blanket, one bed spread. 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. Solicitation number W91248-12-R-0036 is issued as a Request for Proposal (RFP). This is not a solicitation for Event Planning Services; therefore as such, this requirement is not for event planning services (brokers); award will be made directly to hotel facilities. An offer which requires the Government to execute a separate agreement with a third party (broker) shall be deemed technically unacceptable and rejected. This is an 50% small business set aside requirement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 dated 18 May 2012. The NAICS Code is and 721110 (Hotels and Motels) and the small business size standard is $30,000,000. Hotel rooms are required during the period 29 October 12 thru 31 October 2012 (50 Rooms), 23 November 12 thru 15 December 2012 (300 Rooms), 01 December thru 10 December 2012 (25 Rooms), 09 December thru 15 December 2012 (25 Rooms). Rooms must have microwave, refrigerator, and internet access. To be eligible for award under this solicitation, the offeror must propose for use a facility that is compliant with the requirements of the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391)(15 U.S.C. 2201 et. Seq.), see attached PWS. If the Contractor fails to provide satisfactory proof of compliance, the offer shall be considered technically unacceptable. The clause at 52.204-99 (DEVIATION), System for Award Management Registration is applicable (August 2012). The provision at 52.212-1 Instructions to Offerors-Commercial Items is applicable and is tailored as follows: Paragraphs (b)(5), (d), and (e) are deleted; Paragraph (b)(10), the following text is added, "Submit number of rooms available during required period, most recent Fire, Health and Safety Reports, and Price on the attached offer schedule." The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, and is addended to incorporate the following clauses: 52.204-7001 Commercial and Government Entity (CAGE) Code Reporting; 52.252-2 Clauses Incorporated by Reference (Fill-in information - http://farsite.hill.af.mil) ; 252.201-7000 Contracting Officer's Representative; and 252.243-7001 Pricing of Contract Modifications. (Sep 2007). The following clauses are added: The clause at 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7008 Export-Controlled Items; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The clause at 252.232-7010, Levies on Contract Payments, (Dec 2006), The Clause at 252.243-7001, Pricing of Contract Modifications, (Dec 1991). The provision 52.252-1 Solicitation Provisions Incorporated by Reference (Aug 2010) is applicable. (Fill-in information - http://farsite.hill.af.mil. The provision at 52.212-2 Evaluation- Commercial Items is applicable; Technical (Number of Rooms Available and Fire, Health and Safety Inspection Reports) and Price are the evaluation criteria in Paragraph (a). Technical is slightly more important than price. (Jan 1999). The Government intends to make award to the offeror that is most advantageous to the Government. The Government reserves the right to award multiple awards for this requirement due to the amount of rooms required. Successful offerors must be registered in SAM (System for Award Management). The SAM website is http://www.sam.gov/portal/public/SAM/. Offerors are instructed to submit completed copies of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) and DFARS Provision 252.212-7000 Offeror Representations and Certifications- Commercial Items or a statement that Representations and Certifications are available at the ORCA website (Jan 2009). The clause at 52.212-5 (Jul 2010), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-7 Notice of Partial Small Business Set-Aside; 52.219-28 Post-Award Small Business Representation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities (Jun 2003); 52.222-26 Equal Opportunity (Mar 2007); 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2001); 52.222-41, Service Contract Act; 52.222-42 Statement of equivalent Rates for Federal Hires; 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Dec 2001); DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the following additional clauses cited within the clause are also applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.232-7003 Electronic Submission of Payment Requests; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel, in solicitations and contracts for the provision of services. Contract Clause 52.232-99 -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION 2012-00014) (August 2012) also applies to this solicitation. Contract Clause 52.232-18, Availability of Funds, applies to this solicitation: Availability of Funds (APR 1984). Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) FAR clauses are incorporated in full text: 52.222-42 Statement of Equivalent Rates for Federal Hires. (MAY 1989): (Fill-in) Employee Class Monetary Wage-Fringe Benefits Maid or Houseman $8.91/hr - Fringe $1.20/hr Desk Clerk, $9.66/hr - Fringe $1.30/hr (End of clause) The following AFARS clauses are applicable to this acquisition: 5152.233-4000 HQ AMC - Level Protest Program (Nov 2008): If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns 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 concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability 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 33.10. 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 Material Command Office of Command Counsel 9301 Chapel 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 Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 Wage Determination 05-2115, Revision No. 12, dated 06/09/2012, is applicable to this procurement. See attached Bid Schedule. Offers are due no later than 03:00 P.M. (CST) 14 September 2012. All responsible sources may submit an offer, which will be considered by the agency. In accordance with 52.212-1(f), Instructions to Offerors - Commercial Items, quotes received after the closing date are considered late and will not be considered by the Government. Submit offers via email (preferred) to matthew.e.wernert.mil@mail.mil, or via mail to MICC - Fort Campbell, ATTN: CPT Matthew Wernert, 2172 13 Street, Fort Campbell, KY 42223-5355. Point of contact for this solicitation is CPT Matthew Wernert, 270-798-3120, matthew.e.wernert.mil@mail.mil, or Kevin Day, 270-798-7854, kevin.j.day.civ@mail.mil. Award/Evaluation Criteria: Lowest price technically acceptable IAW stated requirements. Technical acceptability may be determined by on-site inspection prior to award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/de444358fee0b8a138be1d36f6a59e69)
 
Place of Performance
Address: MICC - Fort Campbell Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY
Zip Code: 42223-1100
 
Record
SN02888233-W 20120920/120919002216-de444358fee0b8a138be1d36f6a59e69 (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.