Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2016 FBO #5301
SOLICITATION NOTICE

D -- Reservation Software - Statement of Work

Notice Date
5/27/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Ohio, 2811 West Dublin-Granville Road, Columbus, Ohio, 43235-2788
 
ZIP Code
43235-2788
 
Solicitation Number
W91364-16-R-0009
 
Archive Date
6/29/2016
 
Point of Contact
Mark H. Miesse, Phone: 6143367175
 
E-Mail Address
mark.h.miesse.civ@mail.mil
(mark.h.miesse.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work - Hotel Reservation Software for RTI -Ohio Army National Guard (I) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) Solicitation W91364-16-R-0009 is issued as a Request for Proposal (RFP). (III) This requirement is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88 Effective 16 May 2016. (IV) This procurement is Small Business Set A Side however, if two or more proposals are not received from small business concerns, offers from large business concerns will be considered. The NAICS code is 541519 and the small business size standard is $27.5 Million. The following commercial items are requested in this solicitation: (V) SCHEDULE OF SUPPLIES/SERVICES: CLIN 0001: The Ohio Army National Guard has a Military Billeting and Training Facility, with 102 billeting rooms, 6 open bays, 16 classrooms, 1 distance learning center/computer lab, dining facility, auditorium and drill floor that is used by several entities. The facility is located at Defense Construction Supply Center (DSCC), 3990 E. Broad St. Bldg. #1 Columbus, OH 43213. A room reservation program will be required to reserve rooms/facility, track occupancy, plan room/linen/facility cleaning schedules, and track maintenance requirements. -SEE ATTCHED STATEMENT OF WORK FOR DETAILS- (VI) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. (VII) Proposal will be technically evaluated for conformance with the requirements of paragraph. Technical acceptance will be determined on a pass/fail basis. The government intends to award a contract to the lowest priced technically acceptable proposal without discussions. The government, however, reserves the right to conduct discussions if deemed in the best interest of the government. (VIII) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://sam.gov/. (IX) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. (X) The following clauses in their latest editions apply to this acquisition: FAR 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.212-2 Evaluation-Commercial Items (see statement of work). 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Corporation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers With Disabilities 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.232-18 Availability of Funds 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim DFARS 252.201-7000 Contracting Officer's Representative 252.203-7000, Requirements Relating to Compensation of Former DOD Officials. 252.203-7005, Representation Relating to Compensation of Former DOD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third Party Contractor Information 252.204-7011, Alternative Line Item Structure 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations 252.211-7003 Item Unique Identification Valuation 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations 252.225-7035 ALT I Buy American - Free Trade Agreements-Balance of Payments Program Certificate (ALT I) 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) 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.hill.af.mil Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XI) All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: http://www.FBO.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on this web site. They will be contained in the in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below not later than, 3:00PM EDT, 8 June 2016. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in SAM (http://www.sam.gov). Proposals are due to the USPFO For Ohio Purchasing Contracting Office, 2811 West Dublin-Granville Rd, Columbus OH 43235-2811, by 10:00 A.M. EST, 14 June 2016. All responsible sources may submit a response which, if timely received must be considered by the agency. Emailed proposals will be accepted and is the preferred method, email questions and proposals to: mark.h.miesse.civ@mail.mil Questions regarding this proposal must be submitted in writing (email) to mark.h.miesse.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA33/W91364-16-R-0009/listing.html)
 
Place of Performance
Address: Ohio Army National Guard, RTI Bldg.- DSCC, 3990 East Broad St., Columbus, Ohio, 43213, United States
Zip Code: 43213
 
Record
SN04132010-W 20160529/160527234234-a0c66801e338ecd39dd165e63724a067 (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.