Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2015 FBO #4955
SOLICITATION NOTICE

V -- USACAPOC YVT, 28 June -2 July 2015, Boston, MA

Notice Date
6/16/2015
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2175 Reilly Road, Fort Bragg, NC 28356
 
ZIP Code
28356
 
Solicitation Number
W91247-15-T-GKB3
 
Response Due
6/19/2015
 
Archive Date
12/16/2015
 
Point of Contact
Name: Guy Brooks, Title: Contract Specialist, Phone: 91032696, Fax:
 
E-Mail Address
guy.k.brooks.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 FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W91247-15-T-GKB3 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 2005-82. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $32.50M.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 2015-06-19 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Bragg, NC 28310 The MICC Fort Bragg requires the following items, Meet or Exceed, to the following: LI 001: LODGING FFP The Contractor shall provide 140 total (single and double occupancy)room nights from 28 June - 2 July 2015 IAW the SOW. Rooms must open into hotel lobby and hotel must have capacity to reserve 2 different floors with double sleeping rooms (14 double rooms per night/prime lodging nights) to accommodate up to 28 youth. Hotel must be able to block out access to undesirable TV channels in guest rooms for youth. NOTE: Sleeper Sofas cannot be substituted for bed. Male youth attendees (7 double rooms) will be located on one floor and female youth attendees (7 double rooms) on a different floor. The Government will only pay for rooms that are utilized and up to the local per diem rate. The Government will issue to the hotel a final room count 72 hours in advance of event per SOW. FOB: Destination, 140, EA; LI 002: GENERAL SESSION ROOM FFP The Contractor shall provide one (1) General Session room Monday-Thursday, 7:00 am -6:00 pm, set up in linen covered rounds of 8 for 40 attendees. Must include water station, four (4) easels with butcher block paper, internet connectivity and be temperature controlled. (1 room x 3 days) FOB: Destination, 1, EA; LI 003: BREAK OUT ROOMS FFP One (1) room, Tuesday-Thursday, 10:00 am - 8:00 pm, set up classroom style for 20 attendees. Must include water station, internet connectivity and easel with butcher block paper each. Should be close in proximity to General session conference room. (1 rooms x 3 days) FOB: Destination, 1, EA; LI 004: ADMINISTRATIVE ROOM FFP The contractor shall provide one (1)administrative room from 28 Jun - 2 Jul, 6:00 am thru 6:00 pm. Three additional 6-foot banquet tables required for work areas around the perimeter of the room. The room must be large enough to accommodate all tables, incoming government supplies, contracted copier and staff. Must also include telephone, internet connectivity, water station, easel with butcher block paper and trash receptacle. (1 room x 5 days) IAW SOW. FOB: Destination, 1, EA; LI 005: MEAL ROOM FFP 5.3.Meals provided. Hot breakfast, lunch and dinner buffets will be provided by the contractor. All meals will be served in full, hot buffet style with choice. Hotel menu selections will be determined upon award of the contract. Meals will served in a separate and dedicated meeting space with linen covered rounds of 8 for 40 attendees. FOB: Destination, 1, EA; LI 006: MEALS FFP The contractor shall provide meals according to the following requirements: Lunch will be provided 29 Jun - 1 Jul, Monday - Wednesday from 11:30 am - 1:00 pm for 40 attendees, set up with linen covered rounds of 8. Lunch will be provided 2 Jul, Thursday from 12:00 pm - 1:30 pm for 10 attendees, set up in linen covered rounds of 8. Breakfast will be provided 30 Jun - 2 Jul, Tuesday-Thursday from 6:30 am -8:00 am for 40 attendees, set up in linen covered rounds of 8. Dinner will be provided 29 Jun - 1 Jul, Monday ? Wednesday from 5:30 pm - 7:00 pm for 40 attendees, set up in linen covered rounds of 8. Price for breakfast $_____________ Price for lunch $_____________ Price for dinner $___________, 1, LOT; LI 007: INTERNET SERVICES FFP The Contractor shall supply Internet IAW SOW. FOB: Destination, 1, LOT; LI 008: AUDIO VISUAL EQUIPMENT FFP The Contractor shall provide audio visual equipment according to the following requirements: Monday - Thursday, 29 Jun -2 Jul 2015, 7:00 a.m.- 6:00 p.m. for One (1) General Session Room: (1)2 Projector, screens (no less than 8?), and audio packet that includes sound system, mixer, and cart. (2) Wireless mic lavaliere ? two (2) (3) Wireless handheld lavaliere mic ? two (2) (4) Podium ? one (1) (5) Easel for butcher paper ? six (6) Technical assistance for A/V will be on-site or within 10 minutes of issue identification. FOB: Destination, 1, LOT; LI 009: COLOR COPIER/PRINTER FFP The Contractor shall provide a Color copier/printer combination for administrative room. Monday ? Thursday, 6:00 am -6:00 pm. Must be able to make 2-sided and color copies. Must have network capability for direct printing. Estimated 350-600 copies., 1, EA; LI 010: TRANSPORATION FFP The Contractor shall provide dedicated Bus transportation. Bus transportation required: Obligated or chartered busses only. Use of normal hotel/airport shuttle bus is not acceptable to and from airport as positive control and required adult to child ratios would be compromised. Bus must be commercial motor coach carrier with the ability to seat 35. The bus must be able to store/transport luggage and have air condition/heat climate control. The schedule is as follows and the agenda will be provided separately: 1. Transportation of all youth from Airport to Hotel venue, 29 June 2015, 10:00 am-8:00 pm 2. Transportation of all youth from Hotel to event, 30 June 2015, 12:00-1:30 pm 3. Transportation of all youth from event to Hotel, 30 June 2015, 4:30-6:00 pm. 4. Transportation of all youth from Hotel to event, 01 July 2015, 12:00-1:30 pm. 5. Transportation of all youth from event to Hotel, 01 July 2015, 4:30-6:00 pm 6. Transportation of all youth from Hotel to Airport, 02 July 2015, 8:00 am-5:00 pm FOB: Destination, 1, LOT; LI 011: MARQUEES/SIGNAGE FFP Marquees and/or directional signs. Monday ? Thursday, posted or electronic signs to direct training attendees to event locations. FOB: Destination, 1, EA; LI 012: REGISTRATION AREA FFP The Contractor shall provide a dedicated area in the hotel to accommodate the registration process. The Contractor shall provide Skirted tables. Monday, 29 Jun 2015, 8:00 am ? 8:00 pm, 2 each, 6? tables for registration (can be waived if fixed registration booth at location). FOB: Destination, 1, Lot; 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 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 may render the quote nonresponsive. 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. See Attachment 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. Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the 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 35 calendar 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. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html. 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). (3) A Point of Contact, for the third party vendor, designated in writing, who will be available at the event location from 3-7 September 2014. (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. Bid MUST be good for 30 calendar days after submission 52.212-4,Contract Terms and Conditions - Commercial Items (JUN 2010); 52.202-1 Definitions JAN 201; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2011); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); 252.232-7010 Levies on Contract Payments (DEC 2006) 252.243-7001 Pricing Of Contract Modifications (DEC 1991) Period of performance: 28 June - 2 July 2015. 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 The Contractor shall provide all hotel rooms, all meeting spaces, internet services, registration requirements, and audio visual services for the United States Army Civil Affairs and Psychological Operations Command (Airborne) (USACAPOC (A))Youth Volunteer Training during the period of performance from 28 June 2015 thru 2 July 2015 in accordance with specifications in the Statement of Work, Section 5. 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/). Hotel shall be on the national list of approved accommodations which is maintained by the Federal Emergency Management http://www.usfa.fema.gov/applications/hotel/) The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. When a solicitation provision or contract clause uses a word or term that is defined in the Federal Acquisition Regulation (FAR), the word or term has the same meaning as the definition in FAR 2.101 in effect at the time the solicitation was issued, unless-- (a) The solicitation, or amended solicitation, provides a different definition; (b) The contracting parties agree to a different definition; (c) The part, subpart, or section of the FAR where the provision or clause is prescribed provides a different meaning; or (d) The word or term is defined in FAR Part 31, for use in the cost principles and procedures. (End of Clause) The Offeror shall provide a floor plan with dimensions included that identifies the rooms that will be provided for the general session as well as the break out rooms. The dimensions of the rooms provided must meet or exceed the required dimensions IAW the SOW. The Offeror shall provide a certification that the rooms provided for the attendees meet the requirements of the PWS, specifically that they will: Open into the interior of the hotel SEE ATTACHMENTS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7e70d260606d8216b468d9fb33f5d74b)
 
Place of Performance
Address: Fort Bragg, NC 28310
Zip Code: 28310
 
Record
SN03766608-W 20150618/150616235714-7e70d260606d8216b468d9fb33f5d74b (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.