Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOLICITATION NOTICE

V -- Lodging - SWPC CCTC

Notice Date
3/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bldg 29718, FORT GORDON, GA 30905
 
ZIP Code
30905
 
Solicitation Number
11152406
 
Response Due
4/6/2018
 
Archive Date
10/3/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
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 11152406 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 2005-97. 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 a [ Small Business ] set-aside 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 2018-04-06 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Special Shipping Instructions. The MICC Fort Gordon requires the following items, Meet or Exceed, to the following: LI 001: The vendor shall provide 10 double rooms for a period of 69 nights beginning on 5-2-2018 with checkout occurring on 7-10-2018. For each room, there should be parking available for two (2) vehicles. The room rate cannot exceed the joint travel regulation per diem rate for San Antonio, TX 78226. Lodging to support 18 Soldiers for SWCPC during the period of 5-2-2018 thru 7-10-2018. Soldiers will arrive on 5-2-2018 and will checkout by 1200 hrs. 7-10-2018. All rooms will be "smoke-free" rooms. The US Government (USG) will only pay for the rooms it actually uses and there may be some attrition. At the end of the event, the contractor must accurately identify the number of rooms the USG actually used and this figure will determine the final price for this event. Although this is a FFP contract, the final price may be downwardly adjusted to reflect what goods and services are actually used., 1, JOB; 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 Gordon 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 Gordon 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 hotel must enjoy at least a three star rating or four star rating as established by AAA. The selected lodging vendor or third party vendor must provide a hotel which is located within a 15 mile radius from the address. LOCATION OF TRAINING: The work to be performed under this contract will be performed at: Holiday Inn Express Powless Guest House, Bldg. 3625, 3298 George Beach Ave, Fort Sam Houston TX 78234 "Third party vendors MUST attach their agreement with the servicing/partnering hotel at the time of quote and must make this an attachment on FEDBID(r). Failure to do so may cause that quote to be deemed unresponsive. Third party vendors MUST identify the hotel at the time of quote, and third party vendors are permitted to provide a selection of hotels for the customer to choose from as long as the price remains the same as quoted. There cannot be any bait-and-switch; that is, the vendor must identify in its quote which hotel it is primarily offering." WE DO NOT PAY TAXES ON ROOMS AND DO NOT PROVIDE TAX EXEMPT FORMS - NO EXCEPTIONS. "Wherever the words ""offer"", ""proposal"", ""offerors"", or similar terms are used in this solicitation, they shall be read to mean ""quote"", ""quotation"", ""quoter"", ""vendor"" or similar corresponding term to reflect that this solicitation is a request for Quotations, not a Request for Proposals or an Invitation for Bids." 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. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good till 30 September 2017 FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order 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 NAICS Code _____ must be present in vendor SAM account prior to contract award Notice to Prospective suppliers on Use of Past Performance Information Retrieval System.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0899e405e989f428f632ba4e3e390f2a)
 
Place of Performance
Address: Special Shipping Instructions.
Zip Code: -
 
Record
SN04848341-W 20180310/180308231836-0899e405e989f428f632ba4e3e390f2a (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.