Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2015 FBO #5098
MODIFICATION

V -- Lodging In Kind

Notice Date
11/6/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
2175 Reilly Road, Fort Bragg, NC 28310
 
ZIP Code
28310
 
Solicitation Number
W91247-16-T-PS06
 
Response Due
11/10/2015
 
Archive Date
5/8/2016
 
Point of Contact
Name: Pierre Short, Title: Contract Specialist, Phone: 9104320435, Fax:
 
E-Mail Address
pierre.l.short.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 W91247-16-T-PS06 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 2005-84. 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 2015-11-10 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be, null null The MICC Fort Bragg requires the following items, Meet or Exceed, to the following: LI 001: (45) Double Occupancy rooms 13 November 2015 - (36) Double Occupancy rooms 14 November 2015 within 10 miles of the Army Reserve Training site located at 116 Newton Road, Danbury, CT 06810. Check-Out will be 15 November. Provide lodging requrirements in accordance with IAW (SOW) Statement of Work., 81, EA; LI 002: (9) Double Occupancy rooms 16 November 2015 within 10 miles of the Army Reserve Training site located at 116 Newton Road, Danbury, CT 06810. Check-Out will be 17 November 2015. Provide lodging requrirements in accordance with IAW (SOW) Statement of Work., 9, EA; LI 003: (18) Double Occupancy rooms 04 December 2015 - (7) Double Occupancy rooms 05 December 2015 within 10 miles of the Army Reserve Training site located at 116 Newton Road, Danbury, CT 06810. Check-Out will be 06 December 2015. Provide lodging requrirements in accordance with IAW (SOW) Statement of Work., 25, EA; LI 004: (27) Double Occupancy rooms 11 December 2015 - (27) Double Occupancy rooms 12 December 2015 within 10 miles of the Army Reserve Training site located at 116 Newton Road, Danbury, CT 06810. Check-Out will be 13 December 2015. Provide lodging requrirements in accordance with IAW (SOW) Statement of Work., 54, EA; LI 005: (45) Double Occupancy rooms 22 January 2016 - (36) Double Occupancy rooms 23 January 2016 within 10 miles of the Army Reserve Training site located at 116 Newton Road, Danbury, CT 06810. Check-Out will be 24 January 2016. Provide lodging requrirements in accordance with IAW (SOW) Statement of Work., 81, EA; LI 006: (9) Double Occupancy rooms 03 February 2016 within 10 miles of the Army Reserve Training site located at 116 Newton Road, Danbury, CT 06810. Check-Out will be 04 February 2016. Provide lodging requrirements in accordance with IAW (SOW) Statement of Work., 9, EA; LI 007: (9) Double Occupancy rooms 11 February 2016 within 10 miles of the Army Reserve Training site located at 116 Newton Road, Danbury, CT 06810. Check-Out will be 12 February 2016. Provide lodging requrirements in accordance with IAW (SOW) Statement of Work., 9, EA; LI 008: (29) Double Occupancy rooms 11 March 2016 - (29) Double Occupancy rooms 12 March 2016 - (18) Double Occupancy rooms 13 March within 10 miles of the Army Reserve Training site located at 116 Newton Road, Danbury, CT 06810. Check-Out will be 14 March 2016. Provide lodging requrirements in accordance with IAW (SOW) Statement of Work., 76, EA; LI 009: (14) Double Occupancy rooms 18 March 2016 within 10 miles of the Army Reserve Training site located at 116 Newton Road, Danbury, CT 06810. Check-Out will be 19 March 2016. Provide lodging requrirements in accordance with IAW (SOW) Statement of Work., 14, EA; LI 010: (11) Double Occupancy rooms 06 April 2016 - (16) Double Occupancy rooms 07 April 2016 - (25) Double Occupancy rooms 08 April 2016 - (07) Double Occupancy rooms 09 April 2016 within 10 miles of the Army Reserve Training site located at 116 Newton Road, Danbury, CT 06810. Check-Out will be 10 April 2016. Provide lodging requrirements in accordance with IAW (SOW) Statement of Work., 59, EA; LI 011: (09) Double Occupancy rooms 19 May 2016 - (45) Double Occupancy rooms 20 May 2016 - (45) Double Occupancy rooms 21 May 2015 within 10 miles of the Army Reserve Training site located at 116 Newton Road, Danbury, CT 06810. Check-Out will be 22 May 2016. Provide lodging requrirements in accordance with IAW (SOW) Statement of Work., 99, EA; LI 012: (36) Double Occupancy rooms 08 June 2016 within 10 miles of the Army Reserve Training site located at 116 Newton Road, Danbury, CT 06810. Check-Out will be 09 June 2016. Provide lodging requrirements in accordance with IAW (SOW) Statement of Work., 36, EA; LI 013: (36) Double Occupancy rooms 08 July 2016 within 10 miles of the Army Reserve Training site located at 116 Newton Road, Danbury, CT 06810. Check-Out will be 09 July 2016. Provide lodging requrirements in accordance with IAW (SOW) Statement of Work., 36, EA; LI 014: (18) Double Occupancy rooms 12 August 2016 within 10 miles of the Army Reserve Training site located at 116 Newton Road, Danbury, CT 06810. Check-Out will be 13 August 2016. Provide lodging requrirements in accordance with IAW (SOW) Statement of Work., 18, EA; LI 015: (36) Double Occupancy rooms 16 September - (36) Double Occupancy rooms 17 September 2016 within 10 miles of the Army Reserve Training site located at 116 Newton Road, Danbury, CT 06810. Check-Out will be 18 September 2016. Provide lodging requrirements in accordance with IAW (SOW) Statement of Work., 72, 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 applicable NAICS code for this procurement is 721110 with the related size standard of $32,500,000. 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. 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. 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 2014). 52.204-7 System for Award Management, 252.203-7005, Representation Relating to Compensation of Former DoD Officials. 252.204-7004 Alt A, 252.204-7011, Alternative Line Item Structure. DFARS 252.204-7008. 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,, 52.204-9, 52.204-13, 52.212-4, 52.223-11, 52.225-13, 52.232-23, 52.233-1, 52.223-18, 52.232-39, 52.237-2, 252.201-7000, 252.203-7000 252.203-7002, 252.204-7003, 252.204-7012, 252.232-7006, 252.232-7010, 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 Attached New equipment ONLY, NO remanufactured or used products. No "GREY" market items. 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 Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 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): http://farsite.hill.af.mil 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. The following factors shall be used to evaluate offers:Price, Technical Capability, and Responsibility: Proposed price will be evaluated for reasonableness using the price analysis techniques provided under FAR Part 13.106-2 The Government will review the contractors 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 Government intends to award this procurement based on a determination of a fair and reasonable price. (viii) Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offfers are to include a completed copy). The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (ix)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. 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). Seller must indicate their policy on room cancellation. Seller must have the following NAICS code 721110 on their SAM registration upon submission of quote to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/33cef3b4862196080e550d6cfb324857)
 
Place of Performance
Address: , null null
Zip Code: null
 
Record
SN03940531-W 20151108/151106234108-33cef3b4862196080e550d6cfb324857 (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.