Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2016 FBO #5263
MODIFICATION

V -- Lodging In Kind

Notice Date
4/19/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
2-1105 Macomb Street, Ft Bragg, NC 28310
 
ZIP Code
28310
 
Solicitation Number
W91247-16-T-JJ12
 
Response Due
4/20/2016
 
Archive Date
10/17/2016
 
Point of Contact
Name: Sydney Johnson, Title: CONTRACT SPECIALIST (INTERN), Phone: 9106433836, Fax:
 
E-Mail Address
sydney.g.johnson.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-JJ12 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 2005-87. 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 2016-04-20 15:00:00.0 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: The Contractor shall provide approximately 6 double occupancy nonsmoking guest sleeping rooms IAW Statement of Work. Check -in is May 13 2016, Check-out on May 14 2016, IAW Statement of Work. The Government will only pay for rooms used., 6, EA; LI 002: The Contractor shall provide approximately 6 double occupancy nonsmoking guest sleeping rooms IAW Statement of Work. Check -in is May 14 2016, Check-out on May 15 2016, IAW Statement of Work. The Government will only pay for rooms used., 6, EA; LI 003: The Contractor shall provide approximately 6 double occupancy nonsmoking guest sleeping rooms IAW Statement of Work. Check -in is June 10 2016, Check-out on June 11 2016, IAW Statement of Work. The Government will only pay for rooms used., 6, EA; LI 004: The Contractor shall provide approximately 6 double occupancy nonsmoking guest sleeping rooms IAW Statement of Work. Check -in is June 11 2016, Check-out on June 12 2016, IAW Statement of Work. The Government will only pay for rooms used., 6, EA; LI 005: The Contractor shall provide approximately 6 double occupancy nonsmoking guest sleeping rooms IAW Statement of Work. Check -in is July 7 2016, Check-out on July 8 2016, IAW Statement of Work. The Government will only pay for rooms used., 6, EA; LI 006: The Contractor shall provide approximately 6 double occupancy nonsmoking guest sleeping rooms IAW Statement of Work. Check -in is July 8 2016, Check-out on July 9 2016, IAW Statement of Work. The Government will only pay for rooms used., 6, EA; LI 007: The Contractor shall provide approximately 6 double occupancy nonsmoking guest sleeping rooms IAW Statement of Work. Check -in is July 9 2016, Check-out on July 10 2016, IAW Statement of Work. The Government will only pay for rooms used., 6, EA; LI 008: The Contractor shall provide approximately 6 double occupancy nonsmoking guest sleeping rooms IAW Statement of Work. Check -in is September 16 2016, Check-out on September 17 2016, IAW Statement of Work. The Government will only pay for rooms used., 6, EA; LI 009: The Contractor shall provide approximately 6 double occupancy nonsmoking guest sleeping rooms IAW Statement of Work. Check -in is September 17 2016, Check-out on September 18 2016, IAW Statement of Work. The Government will only pay for rooms used., 6, 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 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 and Technical Capability: TECHNICAL CAPABILITY: The Government will review the contractor's technical capability submission to ensure: 1) The proposal reflects a sound approach and understanding of this requirement and the contractor has the technical ability to successfully perform the requirement. 2) The quoted property meets all the requirements of the SOW to include the security measures. For purposes of determining that the property has appropriate security for soldiers, the Contracting Officer will review reported incidents of crime at the quoted property and surrounding premises with local police department to ensure the hotel security measures are appropriate to the area and provide a safe environment for Soldiers. The Contracting Officer may search outside websites (https://www.tripadvisor.com/, http://www.bedbugregistry.com/, etc.) to obtain information regarding the quoted property to ensure compliance with the SOW requirements. PRICE: The Government intends to award this procurement based on a determination of a fair and reasonable price. Addendum to 52.212-1 - Instructions to Offerors: 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 General Liability Insurance Certificate. (2) Hotel agreement verified, and countersigned by both parties and the authorized agent of the participating hotel, (FOR EX, 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). All Offerors shall submit photographs of the actual quoted property taken within one week of posting the Fedbid Buy. PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS?REPRESENTATION (DEVIATION 2016-O0003)(OCT 2015) a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in section 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2016-O0003)(OCT 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) Use of funds appropriated (or otherwise made available) by the Continuing Appropriations Act, 2016 (Pub. L. 114-53) or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions as contained in sections 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. 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. 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: 52.204-13, 52.212-4, 52.232-39, 252.203-7000 252.203-7002, 252.204-7012, 252.232-7010, and 252.243-7001. In addition to the clause included under this clause, the following are checked 52.204-10,52.222-3,52.222-19,52.222-21,52.222-26,52.222-36,52.222-50,52.223-18,52.225-13,52.232-33, 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. 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. Will be included in full text at contract award Offeror shall have completed their annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If no government or military facilities exist and a public venue (for example, a hotel) is chosen, the hotel must be on the national list of approved accommodations maintained by the Federal Emergency Management Agency (the Hotel-Motel National Master List is at http://www.usfa.fema.gov/applications/hotel). (http://www.usfa.fema.gov/applications/hotel%29.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e3e4a4fce1334cef191ebff22aac8f27)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN04089144-W 20160421/160419235028-e3e4a4fce1334cef191ebff22aac8f27 (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.