Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2013 FBO #4305
MODIFICATION

X -- F2FT243213A001 - MCCHORD RETREAT - PHIFER

Notice Date
9/5/2013
 
Notice Type
Modification/Amendment
 
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
F2FT243213A001
 
Archive Date
9/24/2013
 
Point of Contact
1 SOCONS/LGCA, , Alex Phifer, Phone: 850-884-2187
 
E-Mail Address
1SOCONS.LGCA2@Hurlburt.af.mil, alex.phifer@hurlburt.af.mil
(1SOCONS.LGCA2@Hurlburt.af.mil, alex.phifer@hurlburt.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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 F2FT243213A001 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) 2005-66, effective 1 April 2013. This acquisition is being solicited as full and open. The North American Industry Classification System (NAICS) code for this project is 721110. The Size Standard for the NAICS is $30.0M. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items IAW the attached statement of work: Line Item 0001: Lodging Line Item 0002: Meeting Space Line Item 0003: Meals LineItem 0004: MeetingSpace Setup Fees Line Item 0005: Meal Fees Line Item 0006: Audio Visual Delivery Terms are FOB Destination within 110 miles of McChord, Washington 96438. IAW the attached statement of work. 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: Alex Phifer, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 9 September 2013, 1:00 p.m. CST. Submit quotes signed, dated and marked with solicitation number F2FT243213A001. The offeror may also submit an electronic copy of their signed and dated offer via e-mail to alex.phifer@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 1-6 below being offered by the contractor. The contractor shall provide a pricing quotation as well as confirmation that all required items in the Statement of Work are met. 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/) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions. See DoD Class Deviation 2013-O0005, Wide Area WorkFlow Payment Instructions, issued on January 22, 2013. This deviation authorizes contractors performing work under contracts administered by ONR Regional Offices to use PayWeb, while it is being phased out, as an alternate method of sending submissions to Wide Area Workflow in addition to the more commonly used methods listed in DFARS 252.232-7006. This deviation remains in effect until September 30, 2014. As prescribed in 232.7004(b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). ___________________________________________________________ (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ___________________________________________________________ (Contracting Officer: Insert inspection and acceptance locations or "Not applicable.") (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ___________________________________________________________ ___________________________________________________________ (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. ___________________________________________________________ (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 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: Alex B. Phifer, Contract Specialist, Phone (850) 884-1593, email: alex.phifer@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 b. Wage Determination- WD 95-0766(Rev. -26) c. Bid Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2FT243213A001/listing.html)
 
Place of Performance
Address: MCCHORD FIELD, McChord, Washington, 98438, United States
Zip Code: 98438
 
Record
SN03176112-W 20130907/130906000000-579a6886468efb38829ccd6594389e22 (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.