Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2011 FBO #3500
SOLICITATION NOTICE

V -- 841ST YELLOW RIBBON REINTEGRATION PROGRAM, MIAMI, FLORIDA (29-31 JUL 11)

Notice Date
6/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
MICC - Fort Jackson (RC), 4340 Magruder Avenue, 1st Floor, Fort Jackson, SC 29207
 
ZIP Code
29207
 
Solicitation Number
W912C6-11-T-0026
 
Response Due
6/30/2011
 
Archive Date
8/29/2011
 
Point of Contact
Octavio B. Palmero, 803-751-2693
 
E-Mail Address
MICC - Fort Jackson (RC)
(octavio.palmerocampusano@usar.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. REQUEST FOR QUOTE OFFER DUE: 30 June 2011 / 09:00 AM EST SOLICITATION NUMBER: W912C6-11-T-0026 ISSUE DATE: 23 June 2011SIZE STD: $30M NAICS: 721110 The MICC Center Fort Jackson (RC-South) has a requirement for a conference type event on 29-31 July 2011 in Miami, FL. A firm fixed price contract shall be used for this acquisition as a small business set-aside. This solicitation is to procure lodging, meeting room space, child care, meals, transportation, and audio visual support in Miami, FL. for two nights 29-31 July 2011. This requirement will be issued as a firm fixed price commercial item purchase IAW FAR Part 12 "Acquisition of Commercial Items". The following clauses are applicable to this solicitation and will be incorporated into the award document; 52.212-1 (Paragraphs (d), (e), (h), and (i) are hereby deleted from FAR Clause 52.212-1), and, 52.212-3, 52.212-4 (Paragraphs (h), (n), and (o) are hereby deleted from FAR Clause 52.212-4), 52.212-5 and 252.212-7001. The offeror must complete 52.212-3 "Offeror Representation and Certifications-Commercial Items" and return with its quote. Offerors must be registered in CCR (www.ccr.gov) to be considered for award under NAICS 721110, and provide a Cage Code and Tax Identification Number with you quote. BASIS OF AWARD: In accordance with FAR 52.212-2, the Government will award a purchase Order contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate and award a contract without discussions with the offeror(s) (except clarifications as described in FAR 15.306(a). The following evaluation factors shall be used to evaluate offers: Technical (Facility Assessment consisting of cleanliness, security, amenities, conformity with requirements in SOW), Location (Proximity to a major airport, Miami, FL) and Price. Award will be based on the best value to the Government. Best value is based on the above criteria in the following manner: Technical is somewhat more important than Price which is somewhat more important Location. Together Location and Price are slightly less important than Technical. Subject to the provisions contained herein, award shall be made to a single offeror. Offers must include prices for each line item, in order for offers to be properly evaluated. The unit price and total price shall be included on the applicable line item in the attached solicitation. Failure to do so shall be cause for rejection of the entire offer. Award shall be made to that responsive, responsible offeror whose offer will be most advantageous to the Government. 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. Quotes in accordance with the instructions provided above shall be forward to Octavio Palmero at octavio.palmerocampusano@usar.army.mil not later than 09:00 A.M. EST on 30 June 2011. All questions pertaining to this solicitation shall be in writing and shall be emailed to octavio.palmerocampusano@usar.army.mil Telephone calls will not be accepted. All 3rd Party Vendors must provide a signed agreement between the hotel and the 3rd Party Vendor to validate that an agreement is in place, in the event the 3rd party vendor is deemed the successful offeror. The agreement should specify the specific government's requirements outlined in the PWS/SOW. The price agreed to by the hotel and the 3rd party vendor does not need to be disclosed. Any offer from a 3rd Party Vendor which does not contain the signed agreement at time of submission will be determined non-responsive and may not be considered for award. 52.219-14 -- Limitations on Subcontracting. As prescribed in 19.508(e) or 19.811-3(e), insert the following clause: Limitations on Subcontracting (Dec 1996) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for -- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of Clause) CLAUSES INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration APR 2008 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-50 Combating Trafficking in Persons FEB 2009 52.222-54 Employment Eligibility Verification JAN 2009 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.237-3 Continuity Of Services JAN 1991 52.253-1 Computer Generated Forms JAN 1991 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.247-7023 Transportation of Supplies by Sea MAY 2002 WIDE AREA WORKFLOW ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 232.7002, USE OF ELECTRONIC PAYMENT REQUESTS IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. For questions pertaining to WAWF contractors must contact WAWF Customer Support at 801-605-7453/1-866-618-5988. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Indianapolis through the DFAS Indianapolis Customer Service number 888-332-7366 (select option 2) or fax to (866) 381-5759. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS my Invoice web site at https://myinvoice.csd.disa.mil/ SEE DFARS CLAUSE 252.232-7003 SEE FAR 52.212-4(g) for submission of a proper invoice. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. CONTRACT NUMBER: DELIVERY ORDER NUMBER: TYPE OF DOCUMENT: 2 In 1 CAGE CODE: ISSUE BY DODAAC:W912C6 ADMIN DODAAC:W912C6 SERVICE ACCEPTOR / SHIP TO: PAY OFFICE DODAAC:HQ0490 SEND MORE E-MAIL NOTIFICATIONS: CONTRACT ADMINISTRATOR:Octavio.palmerocampusano@usar.army.mil CUSTOMER:Rrc081wideareaworkfl@usar.army.mil CUSTOMER FOR PAYMENT:TBD CUSTOMER: Government Technical Representative is: Telephone:TBD Email: TBD PAYMENT STATUS/INQUIRIES: The contract number is required regardless of the of the inquiry method. Contractors receive email notification through the WAWF system with status of the invoice as it flows through the receipt and acceptance process. Payment and receipt information is also easily accessible by using the DFAS web site at https://www.myinvoice.csd.disa.mil/index.html. The contract number (enter without dashes) or invoice number is required. Questions may also be directed to the Defense Finance and Accounting Service (DFAS) at the address shown in Block 18A of the SF 1449, block 27 of the SF 1442 or block 15 of the DD 1155. Phone numbers are listed below. DFAS Customer Service phone numbers: DFAS-IN: toll free - 888-332-7366; commercial - 317-510-0300 DFAS- Rome, NY: 800-553-0527 DFAS Columbus: 800-756-4571, commercial: 614-693-8507 DFAS Customer Service POC's and phone numbers can also be located at http://www.dfas.mil/contractorpay/dfascustomerservicephonenumbers.html. CODES REQUIRED FOR INVOICE SUBMISSION The following codes and information will be required when submitting your request for payment to assure successful flow of WAWF documents. Type of Document: Check as appropriate (when inputting the invoice, the Contractor will enter it as the type of document checked below). _____ Commercial Item Financing _____ Construction Invoice (use for all construction contracts) _____ Invoice ____ Invoice and Receiving Report (COMBO) (use for all supply and service contracts) __X___ Invoice as 2-in-1 (Services only) _____ Performance Based Payment (Government only) _____ Progress Payment (Government only) _____ Cost Voucher (Government Only) _____ Receiving Report (Government Only) __X___ Receiving Report with Unique Identification *UID) Data (Government only) UID is a new globally unique "part identifier" containing data elements used to track DOD parts through their life cycle. _____Summary Cost Voucher (Government Only) Contract Number: (contained in Block 2 (4 if GSA) of the SF 1449, block 4 of the SF 1442, or block 1 & 2 of the DD 1155) Contractors Cage Code: Contained in block 17a of the SF 1449, block 14 of the SF 1442, or block 9 of the DD1155. Issue by DODAAC: Contained in block 9 of the SF 1449, block 7 of the SF 1442, or block 6 of the DD 1155. Admin by DODAAC: Contained in block 16 of the SF 1449, block 26 of the SF 1442, or block 7 of the DD 1155. Inspect by DODAAC: See Delivery Information of Contract. Accept by DODAAC: See Delivery Information of Contract. Ship to DODAAC: See Delivery Information of Contract, under UIC to obtain DODAAC. Given Army Reserve Base Realignment and Closure transformation issues, Prior to submission of invoice, call the POC identified in the Ship To Address to verify the DODAAC to current DODAAC for invoice submission. Payment by DODAAC (Payment Office Fiscal Station Code) - Code from block 18a of the SF 1449, block 27 of the SF 1442, or block 15 of the 1155.. END OF STATEMENT (End of Summary of Changes) CONTRACT ADMINISTRATION CONTRACT MANAGEMENT Not withstanding the Contractor's responsibility for management during the performance period of the contract, the administration of the contract will require maximum coordination between the Government and the contractor. The following individuals will be the Government points of contract during the performance period: 1.Contract Administration All contract administration will be effected by the Army Reserve Contract Center located at Fort Jackson. Communication pertaining to contractual administrative matters will be addressed to the Administrative Contracting Officer listed below. No changes in or deviation from the scope of work shall be effective without a written modification to the contract executed by the Administrative Contracting Officer. Name: William A. Russell Telephone Number: 803-751-9061 2.Contract Administrator Name: Octavio B. Palmero Telephone Number: 803-751-2693 Serves as normal point of contact between the Contracting Officer Representative, Contractor and the Administrative Contracting Officer. 3.Contracting Officer Representative (COR) Name: TBD Telephone: TBD The COR shall submit the General Material Inspection and Receiving Report (DD250) to the contract administrator identified above no later than (2) calendar days following the month of service. No COR/Inspector or other representative is not authorized to change any provision of the specifications/performance work statement without notification of the Contract Officer nor shall the presence or absence of a COR/Inspector relieve the Contractor from any requirements of the contract. No COR/Inspector or other representative is authorized to direct any contractor in the performance of their duties, correspond with the contractor on any contractual matters or otherwise coordinate or negotiate any matter related to subject contract. HQAMC-LEVEL PROTEST 5152.233-4000AMC-LEVEL PROTEST PROGRAM (NOV 2008) (LOCAL CLAUSE) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0a9ffb69f9d449faaceef247f02e37d8)
 
Place of Performance
Address: MICC - Fort Jackson (RC) 2179 Sumter Avenue Fort Jackson SC
Zip Code: 29207
 
Record
SN02481210-W 20110625/110623235728-0a9ffb69f9d449faaceef247f02e37d8 (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.