Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2014 FBO #4641
SOLICITATION NOTICE

V -- NE YLEAD Summit 18-24 Aug 2014 Pittsburgh, PA

Notice Date
8/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Builing 2-1105, C-Stack, Fort Bragg, NC 28310
 
ZIP Code
28310
 
Solicitation Number
W91247-14-T-CL28
 
Response Due
8/11/2014
 
Archive Date
2/7/2015
 
Point of Contact
Name: Carmen Lindstrom, Title: Contract Specialist, Phone: 9109082898, Fax:
 
E-Mail Address
carmen.l.lindstrom.civ@mail.mil;
 
Small Business Set-Aside
Total Small Business
 
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.The solicitation number is W91247-14-T-CL28 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 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 488999 with a small business size standard of $7.50M.This requirement is a [ Small Business ] set-aside 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 2014-08-11 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The MICC Fort Bragg requires the following items, Meet or Exceed, to the following: LI 001: Lodging on two different floors 18-24 Aug: 18 Aug-17 double occupancy (DO)rooms; 19 Aug-21 DO rooms; 20-23 43 double occupancy rooms (with boys and girls on different floors); 24 Aug 1 double occupancy. No sleeper sofas or cots. No balconies or patios, no pay items in youth rooms (mini bar, snacks, etc.), able to block undesirable channels on TV from youth rooms, security able to see guests' doorways at all times, hotel should not have multiple entrances/exits. Rooms will be priced at the per diem rate. See SOW 5.1.1 for details, 212, EA; LI 002: General Session Room 18-24 Aug: Room minimum of 1,500 sq.ft. 24 hr availability. Seating for 60 people at 6 ft rounds and four 6 ft tables at perimeter of room, water station, house phone, internet connectivity and A/V equipment, 1, Job; LI 003: Two Breakout Rooms 19-23 Aug: Each room minimum 750 sq. ft. Seating for 30 people at 6 ft rounds and three 6 ft tables at perimeter of room, water station, house phone, internet connectivity and A/V equipment in each room, 1, Job; LI 004: Audio Visual Package 20-24 Aug: For General Session Room and one Breakout Room: Projector, screen, audio packet that includes hotel sound system hook-up, one wireless mic lavaliere, two wireless handheld lavaliere. All rooms shall have one podium, an A/V cart, internet connectivity, and two sets of easel with butcher paper and color markers, 1, Job; LI 005: Packaging & Handling 18-24 Aug: Receive and store materials shipped to hotel for event., 1, Job; LI 006: Color Copier/Printer 18-24 Aug for access by Operations Room: via Internet, ablet to collate & print 2-sided copies on paper supplied by hotel (white; 4,000 sheets maximum), 1, Job; LI 007: MEALS: Breakfast 20-23 Aug: Hot buffet for 61 people, 24 AUG: Quick breakfast for 61 people (61*5=305); Lunch 21 & 23: Aug Hot buffet for 61 people, 22 Aug: Bagged lunch for 61 people READY NLT 9:00AM (61*3=183); Dinner 20-23 Aug: Hot buffet for 61 people (61*4=244) (244+183+244=671 meals) See SOW 5.2 for sample suggestions on buffets., 732, each; LI 008: Private Commercial Bus Transportation:Charter bus (no hotel shuttles) to fit minimum of 57 people to perform duties as described in SOW 5.1 to include: shuttle service to/from airport, transport to events as dictated from 21-24 Aug. Bus must be able to store/transport luggage; have climate control (AC & heat), 1, Job; LI 009: Operations Room 18-24 Aug: Seating for 20 people in boardroom sytle tables with additional two 6 ft tables around perimeter of room, internet connectivity, plug in access for Government laptops at tables, printer/copier access, house phone, and water station., 1, Job; LI 010: Registration Area with four 6 ft skirted tables and six chairs on 20 August from Noon- 6:00 PM, 1, Job; LI 011: Parking for six private vehicles, two 15-passenger vans and 10 pick-up/drop-off site on 20 and 24 August 2014, 1, Job; LI 012: Marque/Directional Signs from 20-24 Aug, 1, Job; LI 013: Internet (for multiple usage) in Operations Room, General Session Room, all three Breakout Rooms, and guest rooms. If free wireless Internet is provided by hotel in all conference rooms and guest rooms, this will be a non-priced CLIN., 1, Job; 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 applicable NAICS code for this procurement is 721110 with the related size standard of $32.5 million. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM for the vendor and the vendor must be actively registered in that NAICS Prior to Award to be considered for any resulting contract. Failure to be properly registered at the time and date of award or not have the NAICS listed on their SAM may render the quote nonresponsive. Will be based on lowest price Offeror that is technically acceptable. The sum of all priced items and the quantity stated in this solicitation will be considered as a total price. 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. Bid MUST be good for 30 calendar days after submission 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. (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) 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 without mirroring the bid proposal. 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). Any paperwork that is not included in the bid proposal from any proposing third party vendor shall be deemed unacceptable. The Vendor shall provide all hotel rooms and services as requested in the line items attached as part of this requirement during the period of performance in accordance with the specifications in the Statement of Work, i.e, conference rooms, breakout rooms, operation rooms, lodging on 2 separate floors, bus transportation, meals, etc. The Government reserves the right to use the information obtained from source, such as the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Defense Contract Management Agency (DCMA), and any other commercial sources or similar system to evaluate the Vendor. The hotel shall be on the national list of approved accommodations which is maintained by the Federal Emergency Management (http://usfa.fema.gov/applications/hotel/) a. Vendor shall provide current business insurance certificate. b. Hotel agreements with third party vendors shall be verified and shall be signed between an authorized agent of the participating hotel and the third party vendor per FAR 52.212-1 c. A point of contact (POC) for the third party vendor shall be present at the event throughout the period of performance and a cell phone number for the POC shall be provided prior to award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6c19ec862ddab2db09014f6cf40dba21)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03456097-W 20140809/140808000126-6c19ec862ddab2db09014f6cf40dba21 (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.