Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2013 FBO #4291
MODIFICATION

V -- Modification to attach Wage Determinations - Hotel, Meals, Meeting and Storage space, Audio/Visual equipment and Dry Cleaning services

Notice Date
8/22/2013
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J13T0009
 
Response Due
9/13/2013
 
Archive Date
10/21/2013
 
Point of Contact
Belinda Kent, 210-466-2219
 
E-Mail Address
MICC Center - Fort Sam Houston (JBSA)
(belinda.e.kent.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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: W9124J-13-T-0009 Hotel Services for the 75th Training Command Mission, Houston, Texas Notice Type: Combined Synopsis/Solicitation Combined Synopsis/Solicitation This is a combined synopsis/solicitation for one or more awards for Blanket Purchase Agreements (BPAs) for lodging, meals, dry cleaning, storage space and meeting spaces prepared in accordance with the format in Federal Acquisition Requirements (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. The solicitation number for this requirement is W9124J-13-T-0009 and is hereby issued as a Request for Quotes (RFQ) using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66, 01 Apr 2013 and DFAR DPN 20130617 26 Jun 2013. This acquisition is going to be under Full and Open Competition under North American Industry Classification System Code, 721110 Hotels (except Casino Hotels) and Motels. Size standard is $30,000,000.00. The Mission and Installation Contracting Command (MICC) - Fort Sam Houston (FSH) in support of the 75th Training Command Mission, intends to award one or more Blanket Purchase Agreements (BPAs) with a five (5) year ordering period for the below requirement. Quotes shall include pricing for (1) base year and (4) four ordering periods. Establishment of a BPA does not imply any agreement by the Government to place future contracts or orders with the BPA holder. The Government makes no representation as to the number of calls or actual amount of work to be ordered. Provide lodging, meals, dry cleaning, storage space and meeting space during a minimum six (6) to maximum ten (10) day period upon, short notification. There are two locations one within 15 miles of Joint Reserve Center, 10949 Aerospace Avenue, Houston, Texas 77034 and the other within 15 miles Texas A&M University, George Bush Presidential Library, located at 1000 George Brush Drive West, College Station, TX 77843 each location will operate simultaneously. The Contractor shall prepare and serve quality meals and beverages according to the Government menu standards and the guidelines described in the attached Performance Work Statement (PWS). See attached Performance Work Statement (PWS) for detailed requirements at each hotel. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.204-99, System for Award Management Registration FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2, Evaluation Factors (See Below) FAR 52.212-3, Offeror Representations and Certifications FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract (fill-in paragraph (a) 30 days and 60 days, paragraph (c) 66 mths) FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition of Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-3, Alterations in Solicitation FAR 52.252-6, Authorized Deviations In Clauses **FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition under para (b), the following clauses are incorporated: (4) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012), (6) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), (26) 52.222-3 Convict Labor (June 2003), (27) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012), (28) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (29) 52.222-26 Equal Opportunity (Mar 2007), (30) 52.222-35 Equal Opportunity for Veterans (Sep 2010), (31) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010), (32) 52.222-37 Employment Reports on Veterans (Sep 2010), (38) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), (42) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), (47) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), and under para (c) the following clauses are incorporated: (1) 52.222-41 Service Contract Act of 1965 (Nov 2007), (4) 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7010, Levies on Contract Payments Army Local Clauses: 5152.209-4000, DOD Level I Anti-Terrorism (AT) Standards 5152.233-4000, AMC-Level Protest Program IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. Offerors are required to provide a price for all contract line items listed in the pricing spreadsheets including the Contractor Manpower Reporting (CMR) as stated in the attached PWSs. Offerors are required to indicate both the Unit Price and the Total Cost with the breakdown to indicate all costs in the attached PWSs. Separate PWSs for each hotel requirement and the RFQ CLIN (Contract Line Item Number) structures (Excel spreadsheet) are attached to this synopsis as the Additional Documents. Ensure the correct tab is selected on the spreadsheet when entering pricing for the hotel you are making an offer on. The offeror is solely responsible for the performance of all inspection requirements and quality control. ***1. Provide price for all contract line items: (see the attached Excel CLIN PRICING TABLE) ***2. Provide Technical Capability Statement: See below. IMPORTANT It is in the Offeror's best interest to thoroughly read the Performance Work Statement, follow the instructions in FAR Clauses 52.212-1, Addendum to FAR Clause 52.212-1, FAR Clause 52.212-2, and Addendum to FAR Clause 52.212-2. ADDENDUM to 52.212-1 ADDENDUM to 52.212-1 (c), Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. ADDENDUM to 52.212-2 - Evaluation - Commercial Items Addendum to 52.212-2 is as follows: BASIS FOR AWARD (a) The Government intends to award multiple five (5) year ordering period BPAs as a result of this solicitation to the responsible offerors whose quote conforms to the solicitation and is deemed to be the Lowest Price Technically Acceptable (LPTA) offer. In addition to the signed Price Quote with attached CLIN PRICING SPREADSHEET, the offeror shall submit a statement that it has read and understands the requirements in the PWS and takes no exception to the requirements. If the offeror is unable to meet one or more of the requirements, a page entitled quote mark EXCEPTIONS quote mark shall be provided with its offer which lists the requirement(s) in which the offeror is unable to meet. Offerors shall BE AWARE that any EXCEPTION to the government's PWS may deem the offeror non-responsive and thereby will be considered ineligible for award. The offeror shall provide the company website. (b) The Government will evaluate offers for award purposes by adding the total price for all ordering periods to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the ordering period prices are significantly unbalanced. The government will also evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final price to the offeror's total price. Offerors shall not submit a price for the potential six month extension of services period. Evaluation of the six month extension period shall not obligate the Government to exercise the option to extend services. (c) Past Performance will be evaluated based on information obtained using internal systems. Offerors are not required to submit Past Performance information. The Government will use information obtained using other sources, such as the Past Performance Information Retrieval System (PPIRS) or similar systems. The offeror will either be deemed acceptable or non-acceptable in this area. Any offeror which has no relevant Past Performance will be deemed acceptable. (d) 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 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. (e) Once the BPAs have been awarded, the Government will issue orders to BPA holders based on the location of its hotel to the Joint Reserve Center, 10949 Aerospace Avenue, Houston, Texas 77034 and the Texas A&M University, George Bush Presidential Library, located at 1000 George Brush Drive West, College Station, TX 77843 ( The hotel which is closest to these locations will be contacted first, then the next closest hotel will be contacted and the government will continue this process until its total requirement is met. If the first BPA holder closest to the church is able to meet the government's entire requirement, no additional orders will be placed. The government reserves the right to evaluate quotes and award a contract without discussions with offerors. No calls will exceed the amount of $150,000. The total maximum amount per BPA will be approximately $90,000 for the total five -year duration. ALL QUOTES ARE TO BE IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT. Reminder: If you are not registered in the SAM, an award CANNOT be made to your company. You may register electronically at http://www.SAM.gov. Registering electronically will expedite the registration process. Please submit all quotes electronically to: Belinda Kent at Belinda.e.kent.civ@mail.mil no later than 01:00 PM (CST) on/before 13 Sep 2013. All responsible vendors may submit a quote, which shall be considered by the agency. Contracting Office Address: Fort Sam Houston Contracting Office 2205 Infantry Post Road, Bldg 604 Fort Sam Houston, TX 78234-1361 Place of Performance: Houston and College Station area in Texas Point(s) of Contact: Sherrill S. King, Contracting Officer Fort Sam Houston Contracting Office Email: sherrill.s.king.civ@mail.mil Commercial: (210) 466-2206 Fax: (210) 466-2229 Belinda Kent, Contract Specialist Fort Sam Houston Contracting Office Email: Belinda.e.kent.civ@mail.mil Commercial: (210) 466-2219 Fax: (210) 466-2229 Attachments: 1. PWSs 2. Pricing spreadsheet with RFQ CLIN Structures
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/520f5da8adbdcbade1c67e2f065b1a10)
 
Record
SN03159250-W 20130824/130823000258-520f5da8adbdcbade1c67e2f065b1a10 (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.