Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
SOLICITATION NOTICE

V -- July 2017 Lodging - July 2017 Lodging Requirements

Notice Date
5/17/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Wisconsin, 1 Williams Street, Camp Douglas, Wisconsin, 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J2-17-Q-3010
 
Archive Date
7/6/2017
 
Point of Contact
Seth I. Swieter, Phone: 6084271235
 
E-Mail Address
seth.i.swieter.mil@mail.mil
(seth.i.swieter.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
2017 Per Diem Rates July 2017 Lodging Requirements This notice is 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 notice; a written solicitation will not be issued. This Solicitation is being issued as a Request for Quotation (RFQ). The RFQ number for this requirement is W912J2-17-Q-3010. All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Acquisition Circular DPN 20161222. This procurement is a 100% Total Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 721110 - Hotels (except Casino Hotels). The Small Business size standard is $32.5 Million. The following commercial items are requested: Single and Double Occupancy Lodging Rooms IAW attached specifications for 15-21 July 2017. Hotel/Motel location must be within a 20 mile radius of Camp Douglas, WI 54618. The anticipated award will be a Firm Fixed Price Contract to a SAM.gov registered Small Business under NAICS code 721110. Award will be based on Lowest Price Technically Acceptable Quote must be good for 60 calendar days after submission. ------------------------------------------------------------------------ The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their proposal or be currently registered in the SAM website with their Representations and Certifications completed. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items. Specifically, the following cited provisions and clauses are applicable to this acquisition: 52.212-1 -- Instructions to Offerors -- Commercial Items (JUL 2013); Evaluation in accordance with FAR 13.106-2 based on the lowest price technically acceptable offer 52.212-2 - Evaluation-Commercial Items 52.212-3 - Offeror Representations and Certifications -- Commercial Items ALT I; 52.252-1- Provisions Incorporated by Reference ( http://farsite.hill.af.mil ) The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.204-7 - System for Award Management 52.204-9 - Personal Identity Verification of Contractor Personnel 52.204-16 - Commercial and Government Entity Code Reporting 52.204-18 - Commercial and Government Entity Code Maintenance 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 - Instructions to Offerors - Commercial Items 52.212-4 - Contract Terms and Conditions-Commercial Items; 52.219-6 - Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 - Post-Award Small Business Program Representation 52.222-3 - Convict Labor 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-50 - Combating Trafficking in Persons 52.223-5 - Pollution Prevention and Right to Know Information 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-18 - Availability of Funds 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management 52.232-40 - Providing Accelerated Payments to Small Business Contractors 52.233-3 - Protest after Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.237-1 - Site Visit 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation 52.252-2 - Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6 - Authorized Deviations in Clauses 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.203-7005 - Representation Relating to Compensation of Former DoD Officials 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 - Alternative Line Item Structure 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 - Disclosure Information to Litigation Support Contractors 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 - Wide Area Workflow Payment Instructions 252.232-7010 - Levies on Contract Payments 252.244-7000 - Subcontracts for Commercial Items 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 System for Award Management (SAM) site at https://www.sam.gov/portal/public/SAM /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 All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. CCR is now obsolete. Offerors shall ensure SAM registration is active and shall not assume that CCR information automatically migrated to the SAM system. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. Submittal Requirements: Please submit proposals with the following breakdown in order to be considered for award: •1. Price Sheet •a. CLIN 0001 - 294 Double Occupancy Rooms (42 double occupancy rooms for seven nights) - Total $ __________ •b. CLIN 0002 - 91 Single Occupancy Rooms (13 single occupancy rooms for seven nights) - Total $ __________ Total Price $­­ ___________ •2. Cage code/ DUNS Number Questions may be submitted up until 12:00 noon Central Standard Time (CST) Tuesday, June 13th, 2017. Email any questions to seth.i.swieter.mil@mail.mil Submit Quotes by 12:00 p.m. CST on Wednesday, June 21, 2017. Offers received after 12:00 p.m. CST will not be considered. Offers must be sent via email. Submit offers in response to this synopsis/solicitation to TSgt Seth I. Swieter at seth.i.swieter.mil@mail.mil It is the interested Offerors' responsibility to check FedBizOpps for updated information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-17-Q-3010/listing.html)
 
Place of Performance
Address: Wisconsin, United States
 
Record
SN04511889-W 20170519/170517234949-7bed52901010d25dba81152f2a2d91df (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.