Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2014 FBO #4506
MODIFICATION

V -- USARC Resilience Training

Notice Date
3/25/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
1105 Macomb St, FT Bragg, NC 23310
 
ZIP Code
23310
 
Solicitation Number
0000000
 
Response Due
3/27/2014
 
Archive Date
9/23/2014
 
Point of Contact
Name: Serena Davidson, Title: Contract Specalist, Phone: 9106433836, Fax:
 
E-Mail Address
serena.a.davidson.civ@mail.mil;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: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.The solicitation number is 0000000 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $30.00M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-03-27 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Place of Performance. The MICC Fort Bragg requires the following items, Meet or Exceed, to the following: LI 001: Guest-Single occupancy Sleeping rooms,Contractor shall provide up to 272 sleeping rooms.(Sleeper sofas cannot be substituted) Tue 1 April 20 rooms single occupancy, Wed 2 Apr 58 rooms single occup, Thur 3 Apr 58 rooms single occu, Fri 4 Apr 58 rooms single, Sat 5 Apr 58 rooms single, Sun 6 Apr 20 rooms single, NON SMOKING; indoor access, all rooms located on same campus,IAW SOW 5.1., 272, JOB; LI 002: General Session/Conference room(RTA)WED-SUN,One room for 30 attendees, measuring 750 SF, cresent round tables with seating for six (max8) with linens,and water station for 2-6 April(0630-1100p) IAW SOW 5.3, 1, EA; LI 003: General Session/Conference room(ITC/BTC)WED-SUN,One room for 30 attendees, measuring 750 SF, cresent round tables with seating for six (max8) with linens,and water station for (2-6 April 0630-1100p) IAW SOW 5.3, 1, EA; LI 004: Break-Out Room-One room WED-SUN for seating 15 attendees, measuring minimum 300SF, cresent round tables with seating for six (max8) with linens,and water station for (2-6 April 0630-1100p) IAW SOW 5.5.3, 1, EA; LI 005: Break-Out Room-One room SUN for seating 15 attendees, measuring minimum 300SF, cresent round tables with seating for six (max8) with linens,and water station for (6 April 0630-1100p) IAW SOW 5.3, 1, EA; LI 006: Meeting Space: All meeting space must be dedicated conference room seperated from living area. All meeting space is to be located in same facility as guest rooms, meeting space shall be available Tue thru Sun 1-6 April with full 24/7 access., 1, EA; LI 007: Internet Service: contractor shall provide five(5)lines (wired or wireless) for Operation room, 1, EA; LI 008: Operations Room seats ten(10): Set up for 10 Administration staff, board room style,(6) 6 ft skirted tables around perimeter, internet connectivity, house telephone, and water station Tue 25th thru TUE-SUN 1-6 April 063-1100p. IAW SOW 5.3, 1, EA; LI 009: Meals: Contractor shall provide: Thur-Sun 3-6 April 0630-0800 am Hot breakfast buffett(e.g. scramble eggs, meat, starch, danisg, fruit, milk, tea, coffee etc.) for 65 attendees. Thur-Sun 3-5 April 12:00-13:00, Hot lunch buffett (e.g. 2 entrees, salad, starch, 2 vegetables, dessert, and drinks) for 65 attendees.set up with linen covered round tables. IAW SOW 5.2, 120, JOB; LI 010: Audio/visual services:Wed-Sun 2-6 April 0800-2000 for **All rooms to include (1)projector screens- Pkg includes sound system-mixer-one cart, 1-podium, 2- wireless mic lavaliere, 1- wireless handheld lavaliere mic, 1- easel for butcher paper,internet connectivity.Technical Assistance for a/v within 10 min of issue IAW SOW 5.5, 1, EA; LI 011: Color copier/printer: On site business center with color printing capability to accommodate on site printing requirements, as a contingency for emergent needs.IAW SOW 5.6, 1, EA; LI 012: Registration space: The Contractor shall provide a dedicated area in the form of skirted tables, WED 2 April 1200-2000 (2) 6ft tables for registration (can be waiver if fixed registration booth at location) IAW SOW 5.7, 1, EA; LI 013: Marques/directional signs Wed 2 thru SUN 6 April, posted to help direct attendees to Meeting events as scheduled. IAW SOW 5.8, 1, EA; LI 014: Package Handling:contractor shall receive and store event material in a secure dry area until received by event POC. Contractor shall coordinate shipment of packages after notification of government coordinated mail service. IAW SOW 5.9, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Bragg intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Bragg is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (DEC 2012). FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.202-1, 52.212-3, 52.204-7, 52.204-9, 52.212-4, 52.223-11, 52.225-13, 52.232-23, 52.233-1, 52.223-18, 52.237-2, 252.201-7000, 252.203-7002, 252.204.7008, 252.223-7006, 252.232-7010, 252.232-7003 and 252.243-7001. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: The following FAR clauses in 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (MAY 2012), will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-34, 52.233-3, 52.233-4, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.225-1, 52.232-33, 52.203-13, 52.222-40, 52.222-41, 52.222-51, 52.222-53, 52.222-54, 52.226-6. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 52.203-3, Gratuities (APR 1984), 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011); 252.246-70000 Material Inspection and receiving Report, Alternate I (OCT 2011) of 252.225-7001, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. Systems for Award Management (SAM). Offerors shall ensure their company is registered in the System for Award Management (SAM) database and has completed their annual representations and certifications through the SAM website. The Government transitioned from the Central Contractor Registration System (CCR) www.ccr.gov, and Online Representations and Certifications Application (ORCA) https://www.acquisition.gov, to the System for Award Management (SAM) https://www.sam.gov. Any reference to CCR or ORCA in this document is to be understood as SAM. In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 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. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. 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.hil.af.mil and/or http://www.acqnet.gov/far. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered; and are determined to be fair and reasonable. The following factors shall be used to evaluate offers: Price, Technical Capability, and Responsibility: Proposed quote will be evaluated for reasonableness using the price analysis techniques provided under FAR Part 13. The Government will review the contractor?s technical certifications to ensure that it reflects a sound approach and understanding of this requirement and that the contractor has the technical ability to successfully perform the requirement. The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, ?Insurance--Work on a Government Installation.? Workmen?s Compensation and Amount required by the State in which this Occupational Disease Insurance contract is performed KIND:AMOUNT: Employer?s Liability Insurance$100,000 Comprehensive General Liability$50,000 per occurrence Insurance for Bodily Injury Comprehensive Automobile Liability$200,000 per person $500,000 per occurrence for Bodily Injury and for Property Damage$20,000 per occurrence 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 (HQ), Army Materiel Command (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 (GAO) 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 33.103. If you want to file a protest under the HQ 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. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) Term is mandatory for lodging and hotel requirements. This is not a solicitation for Event Planning Services. For a proposal submitted by an offeror other than a hotel, the offeror must describe in its proposal the technical approach for the offeror's services as a prime contractor. All proposal submitted by an offeror other than a hotel shall provide the following: (1) Valid business insurance certificate. (2) Hotel agreement verified, and countersigned by both parties and the authorized agent of the participating hotel (hotel letterhead). (Again, this is not a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable). Will be based on lowest price technically acceptable. The sum of all priced items and the quantity stated in this solicitation will be considered as a total price. Quotes MUST be good for 30 calendar days after submission (a) Pursuant to Department of Defense Instruction Number 2000.16, ?DoD Antiterrorism (AT) Standards,? dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer?s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) For a proposal submitted by an offeror that is not a hotel, the offeror must describe in its proposal the technical approach for the offeror's services as a prime contractor and SHALL also include a copy of all insurance (s) (standard business, liability, extraordinary insurances) in order to submit a complete technical proposal for evaluation purposes. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable). The Contractor shall provide all hotel rooms, all meeting spaces internet services, registration requirements, and audio visual services for the United States Army Reserve Resilience Training during the period of performance from 1-7 April 2014 in accordance with specifications in the Statement of Work. The hotel shall be on the national list of approved accommondations which is maintained by the Federal Emergency Management (http://usfa.fema.gov/applications/hotel/). The Government reserves the right to use information obtained from sources, such as the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Defense Contract Management Agency (DCMA), and commercial sources or similar systems (such as http://bedbugregistry.com/). a.Vendor shall provide business insurance certificate. b.Hotel agreement for third party vendors shall be verified, and shall be signed by an authorized agent of the participating hotel.per FAR 52.212-1 NOTE 1: Please quote Line Items in sequence according to the Line Items Schedule. NOTE 2: Please quote in accordance with attached Statement Of Work, no deviations. Hotel must be within 20 miles of Nashville International Airport.(BNA)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2f6268d1401e1a0485af45559e9e6c51)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN03319970-W 20140327/140325235016-2f6268d1401e1a0485af45559e9e6c51 (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.