Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2014 FBO #4502
SOLICITATION NOTICE

99 -- Hotel & Conference Rooms Rental - CST Requirement - Tech Review

Notice Date
3/21/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2VVJ5400A001
 
Archive Date
4/18/2014
 
Point of Contact
Raymond Bussey, Phone: 8138281660
 
E-Mail Address
raymond.bussey@us.af.mil
(raymond.bussey@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Tech Review CST Requirement 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. The solicitation number for this requirment is F2VVJ54070A001. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following Hotel and Conference room rental for a United States Central Command CST Conference. Date: 30 April 2014 thru 18 May 2014. The government is seeking Hotels located within the Downtown Tampa and/or the Westshore area, Tampa FL area, the conference will be held at a hotel to keep logistics simple for attendees and conference organizers. Requirements include a need for general session room that can accommodate 60 people. Additionally, conference organizers require, two break out meeting rooms. The North American Industry Classification System code (NAICS) is 721110, with a Small Business Size Standard of $30 Million This requirement is being solicited as 100% Small Business set aside. A firm fixed price contract will be awarded. All interested parties must bid on all items. DESCRIPTION OF REQUIREMENT: CLIN 0001 - Standard room nights -- Standard rooms to be paid for by CENTCOM for CST attendees. - 4 standard rooms on 30 April, 1,2, 18 May (4 rooms x 4 nights = 16 room nights) - 7 standard rooms on 10 and 17 May (7 rooms x 2 nights = 14 room nights) 12 standard room on 5 May (12 rooms x 1 night = 12 room nights) - 16 standard rooms on 3 May (16 rooms x 1 nights = 16 room nights) - 19 standard rooms on 4, 5, 7, 8, 9, 11, 12, 14, 15, 16 May (19 rooms x 10 nights = 190 room nights) - 31 standard rooms on 6 and 13 May (31 rooms x 2 nights = 62 room nights) 310 TOTAL STANDARD ROOM NIGHTS CLIN 0002 - Deluxe room nights -- Executive suite or equivalent to be paid for by CENTCOM for CST senior delegates. 1 deluxe room 5 May (1 room x 1 night) - 1 deluxe room: 3, 4, 5, 7, 8, 9, 11, 12, 14, 15, 16 May (1 room x 11 nights = 11 room nights) - 2 deluxe rooms: 6 and 13 May (2 rooms x 2 nights = 4 room nights) 16 TOTAL DELUXE ROOM NIGHTS CLIN 0003 - Large Conference Room -- 1 large conference room holding ~60 people from 1-16 May. Wi-Fi internet access must be available in the conference room. 16 TOTAL LARGE CONFERENCE ROOM DAYS CLIN 0004 -- Breakout Rooms -- 2 breakout conference rooms seating 15 people for dates 5, 6, 8, 9, 13, 15, 16 May (2 rooms x 7 days = 14 room days). Wi-Fi internet access must be available in the conference rooms. 14 TOTAL BREAKOUT CONFERENCE ROOM DAYS CLIN 0005-- Command Suite -- One suite available from 1-16 May to serve as Operations Room (24-hour for CENTCOM Support Staff/Visitors) with a telephone and high speed internet capability. Must be able to connect and secure 4 CENTCOM computers for the entire duration of the conference. Must be local telephone and toll free service capable, or itemization of calling rates for local and toll free calls from this room. An individual must be able to sleep overnight in this room for security purposes. 16 TOTAL COMMAND SUITE DAYS CLIN 0006 -- In addition to the CENTCOM-paid room nights, U.S. Military personnel is expected to attend. These rooms will be paid for by the utilizing individuals' Government Travel Card (GTC). The estimated quatilty of rooms night are: - 12 standard rooms: 3, 4, 5, 7, 8, 9, 10, 11, 12, 14, 15, 16 May (12 rooms x 12 nights = 144 room nights) - 17 standard rooms on 6 and 13 May (17 rooms x 2 night = 34 room nights) 178 TOTAL STANDARD ROOM NIGHTS BLOCKED CLIN 0007 - 15 complementary parking spots for government owned vehicles and CENTCOM locally-assigned personnel attending the conference on 30 April - 18 May (15 spaces x 19 days = 285) PROVISIONS/CLAUSES:. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 effective 30 Jan 2014 and DFAR DPN 20140311 11 Mar 14 and AFFARS AFAC 2013-Baseline 27 Aug 2013. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): (End of clause) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) The following Federal Acquisition Regulation (FAR), provisions and clauses apply: FAR 52.204-7, System for award Management; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.225-13 -¬Restrictions on Certain Foreign Purchases; FAR 52.247-30, F.O.B. Origin, Contractor's Facility. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://sam.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.209-6, Protecting the Governmentt's Interest When Subcontracting with Contract Debarred, Suspended, or Proposed for Debarment, FAR 52.219-28, Post Award Small Business Program Rerepresentation, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.232-33 Payment By Electronic Funds Transfer- System for award Management; FAR 52.232-40, Providing accelerated Payments to Small Business Subcontractors. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, System for Award Management Alternate. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7023, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (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 or 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 Mr Gregory S. Oneal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB IL 62225, (618) 229-0184, fax (618) 256-6668 email: gregory.oneal @us.af.mil. 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. 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) FAR 52.212-1, Instruction to Offerors-Commercial Items-ADDENDA OFFER PREPARATION INSTRUCTIONS: (a) To assure timely and equitable evaluation of the offer, the offeror must follow the instructions contained herein. The offer must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offerors must submit with their offers: 1) Pricing Schedule - submit original and one copy, (2) Complete the necessary fill-ins and certifications in provisions. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement  Site visit will be conducted for vendors within the competitive range to evaluated  See the attach checklist for items to be evaluated in order to be considered technically acceptable (ii) price  Proposals shall be evaluated to determine price fair and reasonableness (End of clause) In addition, the proposal must list the Company name, address, DUNS number, CAGE code, Federal TIN, and point of contact to include phone number and email address. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Also, in order to be elgible for the award the company must be registered in the System for Award Management (SAM) database at http://www.sam.gov prior to award, during performance, and through final payment of any contract resulting from this solicitation. Lack of registration in the SAM database will make an offeror ineligible for award. The Small Business Specialist Mr. Nelson Escribano can be contacted at (813) 828-0264. All responsible sources may submit an offer, which shall be considered by the agency. DEADLINE: Offers are due on Thursday, 3 April 2014 by 10:00 AM EST. Any questions regarding this notice should be directed to Raymond Bussey, Contract Specialist, Phone (813) 828-1660. Quotes may be emailed, faxed to; Attn. Raymond Bussey at Fax (813) 828-5111 Email raymond.bussey@us.af.mil or mailed to 6 CONS/LGCB, 2610 Pink Flamingo Ave, MacDill AFB, Fl 33621-5119. Submit the following items with the quotations: 1) Pricing Schedule, 2) Completed Representations and Certifications as required in FAR 52.212-3 (accessible at the Air Force Site, http://farsite.hill.af.mil.) PLEASE FILL OUT AND RETURN WITH QUOTE 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VVJ5400A001/listing.html)
 
Place of Performance
Address: Tampa, Florida, 33609, United States
Zip Code: 33609
 
Record
SN03317492-W 20140323/140321235456-14faaa35cf5651094829a982e19704d4 (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.