Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2013 FBO #4274
SOLICITATION NOTICE

X -- Retreat for Families and Couples - Statement of Work - Bid Schedule

Notice Date
8/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
F2F3013213A001
 
Archive Date
8/28/2013
 
Point of Contact
William D. Farr, Phone: 8508841269, Cecile A. Bodison, Phone: 8508847691
 
E-Mail Address
william.farr@hurlburt.af.mil, cecile.bodison@hurlburt.af.mil
(william.farr@hurlburt.af.mil, cecile.bodison@hurlburt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Schedule Statement of Work This is a 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number F2F3013213A001 is hereby issued as a Request for Proposal. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69, effective 1 August 2013. This acquisition is set-aside 100% for small business concerns. The North American Industry Classification System (NAICS) code for this project is 721110, and Standard Industrial Classification (SIC) code 7011. The Size Standard for NAICS 721110 is $30.0M. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide lodging, meals, meeting rooms and child care for the retreat: (Couples Retreat) Contract Line Item (CLIN) 0001- Lodging for 2 Retreats to be held in September (not to exceed 30 rooms x 2nights x 2 retreats) Not to exceed 120 nights. Contract Line Item (CLIN) 0002- Meeting Space for military members (1 room x 2 days x 2 retreats) as defined in the Statement of Work (SOW) section 1.2 IAW the schedule at 1.6. See attached Statement of Work for description of the requirement. Contract Line Item (CLIN) 0003 - Childcare room rental during family retreat (1 room x 2 days). Contract Line Item (CLIN) 0004 - Childcare for (not to exceed) 60 children (14 hours). IAW section 1.5 of the SOW. Contract Line Item (CLIN) 0005 - Meals for military adults (5 meals per Military adult) 30 military x 2 retreats. IAW section 1.3 of the SOW Contract Line Item (CLIN) 0006 - Meals for adult spouses (5 meals per adult spouse) 28 adults x 2 retreats. IAW section 1.3 of the SOW Contract Line Item (CLIN) 0007 - Meals for children (5 meals each). Not to exceed 60 children. IAW section 1.3.1 of the SOW. Contract Line Item (CLIN) 0008 - Set-Up fee for military meeting rooms, etc (22% of meeting room rental) Contract Line Item (CLIN) 0009 - Set-Up fee for childcare room (22% of childcare room rental) Contract Line Item (CLIN) 0010 - Service fee for military meals (not to exceed 22% of military mealcost) Contract Line Item (CLIN) 0011 - Service fee for spouse and child meals (not to exceed 22% of total cost of spouse/child meals). Delivery Terms are FOB Destination for within 50 miles of Hurlburt Field, FL 32544. IAW the attached Statement of Work dated 25 July 2013 The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCA, Attn: William Farr, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 13 August 2013, 1:00 p.m. CST. Submit signed and dated Offer Schedule and statement of facilities, amenities, activities, meals, meeting space and childcare marked with solicitation number F2F3013213A001. The offeror may also submit an electronic copy of their signed and dated offer via e-mail to william.farr@hurlburt.af.mil with the solicitation number in the subject block. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Proposal, with an addendum to paragraph (a) as follows: The Government will award a FFP contract to the technically-acceptable and responsible offeror with the lowest price offer. Technical acceptability will be determined by all of the criteria in items 1-5 below being offered by the contractor. The contractor shall provide a completed offer schedule as well as a signed letter stating the below items shall be met IAW the Statement of Work dated 25 July 2013: 1. Hotel or Resort facilities and amenities are of 4-star hotel or deluxe resort rating like quality IAW section 1 and 1.7 of the Statement of Work dated 25 July 2013. 2. Hotel has the required meeting space IAW section 1.2 of the Statement of Work dated 25 July 2013. 3. Hotel is located within 50 miles of Hurlburt Field, FL 32544 IAW section 1 of the Statement of Work 25 July 2013. 4. Hotel has the facilities and personnel to provide the required meals IAW section 1.3 of the Statement of Work dated 25 July 2013. 5. The CAGE code of offeror shall match the CAGE code of the company which owns or maintains the property where the retreat shall take place. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2012) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2012) also apply to this Request for Proposal. The individual provisions/clauses below which are included in FAR 52.212-5 and have been identified by the Contracting Officer as applicable to this solicitation are listed here: 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). The following provisions and clauses also apply to this solicitation and will remain in full force in any resultant award: 52.204-99 -- System for Award Management Registration (AUG 2012). 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations-Representation (MAY 2011). 52.222-50 -- Combating Trafficking in Persons (FEB 2009). 52.227-1 -- Authorization and Consent (DEC 2007). 52.227-2 -- Notice and Assistance Regarding Patent and Copyright Infringement (DEC 2007). 52.233-3 -- Protest After Award (AUG 1996) (31 U.S.C.3553). 52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004). 252.203-7003--Agency Office of the Inspector General (APR 2012). 252.203-7005--Representation Relating to Compensation of Former DoD Officials (JUN 2012). 252.209-7001--Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009). 252.209-7995-- Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2013 Appropriations 252.223-7006 --Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7003--Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) FAR 52.212-3, Offeror Representations and Certifications (Apr 2012) - Commercial Items applies to this Request for Proposal and the offeror must include a completed copy of this provision with their proposal or indicate (with DUNS Number) that current information is available on the federal government website SAM (https://www.sam.gov/). The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Additionally, the offeror shall comply with the DFARS clause at 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012). The offeror may access the current replacement site for ORCA, the System for Award Management (SAM), at (https://www.sam.gov/portal/public/SAM/) 5352.201-9101 OMBUDSMAN (APR 2010) OMBUDSMAN (APR 2010) (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 Col Tara L. Morrison, HQ AFSOC/A7K, 427 Cody Avenue, Suite 225, Hurlburt Field, FL 32544; Phone: (850) 884-3990, fax: (850) 884-2476. 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. (End of clause) Points of contact are: William D. Farr, Contract Specialist, Phone (850) 884-1269, email: william.farr@hurlburt.af.mil ; Cecile A. Bodison, Contracting Officer, Phone (850) 884-7692, email: cecile.bodison@hurlburt.af.mil List of Attachments: a. Statement of Work dated 25 July 2013 b. Offer Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2F3013213A001/listing.html)
 
Place of Performance
Address: 350 Tully St., Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN03137346-W 20130807/130805234601-03347660296903ca93f3b5ac32ab8f3c (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.