SOLICITATION NOTICE
X -- Lodging at Wheeling, WV. Quotes are due on 31 Oct 11 @ 12:00PM EST. For questions and/or clarification, contact MAJ Mote @ (609)562-5098, email: james.mote@us.army.mil.
- Notice Date
- 10/26/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- MICC Center - Fort Dix (RC)(Joint Base McGuire/Dix/Lakehurst), 5418 South Scott Plaza 3rd Floor, Fort Dix, NJ 08640-5097
- ZIP Code
- 08640-5097
- Solicitation Number
- W911S1-12-P-1026
- Response Due
- 10/31/2011
- Archive Date
- 12/30/2011
- Point of Contact
- James Mote, 609-562-5098
- E-Mail Address
-
MICC Center - Fort Dix (RC)(Joint Base McGuire/Dix/Lakehurst)
(james.mote@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. SOLICITATION NUMBER: W911S1-12-P-1026 MAJ James Mote-Contract Specialist james.mote@us.army.mil Mission & Installation Contracting CommandTelephone# 609-562-5098 MICC MCO-Fort Dix 5418 South Scott Plaza, Fort Dix, NJ 08640 1. The Mission and Installation Contracting Command, MICC MCO-Fort Dix intends to procure lodging for the dates and in the quantities as listed below in the Wheeling, WV area. The anticipated contract award will be a competitively-awarded, Firm-Fixed Price type contract. The period of performance is 16-19 November 2011. The information requested below is required for proposal consideration: TOTAL QUOTE: $ Contractor Name: POC: Telephone #: E-mail address: Fax#: Address: Quote Due Date: 12:00 PM EST on 31 October 2011 Payment via WAWF DUNS #: Tax ID #: CAGE Code: Business Size: 2. Your quote MUST list your DUNS number, CAGE code, and Federal TIN with Company name, Point of Contact and phone number. All contractors must complete their ORCA registration before contract award. Contractors who have not completed their ORCA registration are to visit https://orca.bpn.gov/. 3. All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through Wide Area Workflow (WAWF). WAWF is the Governments mandatory payment method. Vendors/contractors are to be registered in WAWF to receive payment through electronic funds transfer (EFT). If you are not currently registered in WAWF, please visit the following web-site: https://wawf.eb.mil/ to complete your registration. You must be registered in WAWF to be awarded any resulting contract. Additional instructions for WAWF registration are listed below. 4. In accordance with FAR 52.212-2, the Government will award a Firm Fixed Price (FFP) 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 following evaluation factors shall be used to evaluate offers: Technical (Facility Assessment consisting of cleanliness, security, amenities), Location (must be located within 10 miles of the Wheeling, West Virginia City Limits ), Past Performance 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 Location which is somewhat more important than Past Performance which is somewhat more important than Price. Together, Location, Past Performance and Price are slightly less important than Technical. All military personnel WILL STAY at ONE LOCATION. The dates listed above MUST BE AVAILABLE for all personnel without interruption. Each room must include at a minimum the standard items/products provided by any national chain or local hotel/motel: 1) At a minimum a double bed, 2) Working functional bathroom to include working bathroom sink, shower and/or bathtub, 3) Working toilet. The Government also reserves the right to make no award at all. 5. For third party vendors, your quote shall include the additional information requested in this paragraph listed below. Failure to provide this information with your quote may deem your quote to be technically unacceptable and/or non-responsive. This is not a solicitation for Event Planning Services. For a proposal submitted by an offeror that is not a hotel, the offeror must describe in its proposal the technical approach for the offerors services as a prime contractor and forward a copy of a signed, written agreement between the offeror and a representative who has binding authority of stated hotel facility. This agreement must state that it covers the period of performance requested in the solicitation and be signed by both parties. In addition, a copy of all insurance(s) (standard business, liability, extraordinary insurances) must be submitted with the offerors technical proposal for evaluation purposes. The technical approach must provide the name, phone number, and email address of a lodging representative from the offerors company (not a representative of the proposed hotel) will be available full-time during the entire period of performance and must be physically present full time at the hotel during the entire period of performance. 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 vendor shall be deemed technically unacceptable. The requirements and Contract Line Item Number (CLIN) for this solicitation are listed in the section entitled TOTAL QUOTE. Contractors are to complete this Solicitation and return by the submittal date & time listed within same. Please note that the Government is not authorized to pay prices higher than the allowable per diem rate for a specific area. The maximum allowable rate for Ohio County, Ohio and Marshall County, West Virginia is $94.00 per night. ONLY ONE QUOTE PER CONTRACTOR WILL BE CONSIDERED. ANY QUOTES NOT RECEIVED BY THE DUE DATE AND TIME SPECIFIED IN THIS ANNOUNCEMENT WILL BE REJECTED. ADDITIONALLY, ANY INCOMPLETE PROPOSALS NOT CONTAINING THE REQUIRED INFORMATION AS STATED IN THIS SOLICITATION WILL ALSO BE REJECTED. NOTE: The final quoted price(s), both total and individual, MUST include all applicable taxes, fees, gratuities, commissions, service charges, etc...NO EXCEPTIONS. THE FEDERAL GOVERNMENT IS TAX EXEMPT. 6. PLEASE PROVIDE A RESPONSE BY 12:00 PM EST on Monday, 31 October 2011. Quotes are to be emailed to MAJ James Mote, Contract Specialist at james.mote@us.army.mil. Please direct all questions about this request for quote to the Contract Specialist at the email address listed above. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 204 Each LODGING- DOUBLE OCCUPANCY FFP 68 Double Rooms CHECK IN: 16 November 2011 CHECK OUT: 19 November 2011 Lodging requirements for this timeframe are as follows: 16 November 2011- 68 double occupancy rooms 17 November 2011-68 double occupancy rooms 18 November 2011-68 double occupancy rooms Total rooms required from 16-19 November 2011: 204 Government is not responsible for long distance phone charges, internet, movie rentals, or room service charges. Federal Government is tax exempt. FOB: Destination TOTAL AMOUNT Section Inspection and Acceptance INSPECTION AND ACCEPTANCE will be performed by the Government. Section Deliveries and Performance DELIVERIES AND PERFORMANCE - FOB Destination List of Past Performance References: Please provide POC name, address, phone number and email address (if available) 1.) 2.) 3.) Signature: Date: PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the Internet: http://farsite.hill.af.mil or http://www.arnet.gov/far/): FAR 52.204-7, Central Contractor Registration; the provisions at 52.212-1, Instructions to Offerors Commercial Items and Addendum to FAR Clause52.212-1 applies to this acquisition. Paragraphs (d), (e), (h), and (i) are hereby deleted from FAR 52.212-1; FAR 52.212-2 Evaluations Commercial Items, FAR 52.212-3, Offeror Representatives and Certifications Commercial Items apply to this acquisition and offeror(s) must include completed copies with their quote. FAR 52.212-3 and DFAR 252.212-7000 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certification Application (ORCA). Offerors are required to indicate whether they will accept the Government credit card as a method of payment. The clause at 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisitions and the following addendum applies: The following paragraphs are hereby deleted from the FAR Clause 52.214-4: (h), (j), (n), and (p); FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-6; FAR 52.219-28; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.232-33, Payment by Electronic Transfer Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this request for quote, and subsequent contract, and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A; 252.201-7000, Contracting Officer's Representative. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.246-7000, Material Inspection and Receiving Report. WIDE AREA WORK FLOW (WAWF) PROGRAM In March 2003, the Department of Defense Federal Acquisition Supplement (DFARS) subpart 232.70 - Electronic Submission and Processing of Payment Requests was issued. In accordance with this, we are excited about the deployment of a new system, Wide Are Work Flow Receipt and Acceptance (WAWF-RA). This Electronic Commerce (E-Commerce) system will benefit both you and the Air Force as we partner with each other in the implementation of this new way of conducting business. It is also important to note that in addition to this, the Department of Defense (DoD) Appropriations Act of 2001, Section 1008 - Electronic Submission and Processing of Claims for Contract Payments, requires that any claim for payment under a DoD contract shall be submitted in electronic form. The full text is found on the Defense Finance and Accounting Service (DFAS) web site http://www.dod.mil/dfas/legislative/ and in 10 U.S.C Chapter 131. WAWF-RA is designed to automate commercial invoices and government receiving reports in a web-based, paperless environment. WAWF-RA allows vendors to create and instantaneously submit invoices and receiving reports directly to DFAS and/or government receivers from any location in the world. Once documents are submitted, vendors are afforded full viewing capability and are able to monitor document status from submission to acceptance and processing by the DFAS payment office. WAWF-RA utilizes e-mail to notify all parties involved in the payment process of the current status of each document; thus eliminating U.S. mail lag-time. Since documents will now be entered and stored in a database, there is no need for multiple copies. They cannot be "lost" or "misplaced", and are viewable by all necessary parties during the entire payment process via a secure web site. Changes to rejected documents can be easily made and resubmitted on-line - - no more re-typing, resending, or re-faxing. Discounts become available on the first day of the discount period instead of being lost due to paperwork shuffling and postal delays. WAWF-RA should speed up the vendor payment process and get you your money faster. There are no costs involved to get you started. Registration and software are provided FREE OF CHARGE and we will be available to assist you in every step of the way. To get started, your company will need a user ID and password for accessing the WAWF-RA system. This can be obtained by visiting the WAWF-RA website at https://wawf.eb.mil/ and following the instructions under Help with registration for access to WAWF-RA. Under About WAWF - RA, you will also find links for Functional Information, Setting Up Your Machine, Accessing Web Based Training, and Frequently Asked Questions. Additionally, we have attached a Wide Area work Flow - Receipt and Acceptance (WAWF-RA) Vendor Instructions, Installation, and Registration Checklist. Should you have questions about the WAWF-RA system or the website, please don't hesitate to contact a Defense Information Systems Agency (DISA) customer support representative toll-free at 1-866-618-5988 or e-mail them at cscassig@ogden.disa.mil. (Please include "WAWF" in the subject line of all e-mail requests.) Wide Area Work Flow Receipt and Acceptance (WAWF-RA) Vendor Instructions Installation and Registration Checklist Completion of all instructions contained in this checklist must be accomplished prior to activation of the firm and user accounts. 1. Check Central Contractor Registration System (CCR) to see if your company is registered. * If you are registered in CCR, please go to Step 3 below. * For help with registration in CCR, contact CCR Helpdesk, 888-227-2423 or 269-961-4725, e-mail CCR@dlis.dla.mil, or see the CCR Handbook at http://www.ccr.gov/handbook.cfm. 2. Register with Central Contractor Registry (CCR). * All vendors desiring to bid on goods or services in support of Department of Defense (DoD) must be registered in the CCR at http://www.ccr.gov/. * Ensure that all mandatory fields are completed in your new CCR account (i.e., Telephone/FAX number, Data Universal Numbering System (DUNS) and/or Commercial and Government Entity (CAGE) codes, North American Industry Code Systems (NAICS) codes, etc.). * Note: All contractors are required to update their CCR registration annually. Failure to do so will result in suspension of the account, which will prevent or delay awarding DoD contracts and payments to your firm. 3. Establish an Electronic Business Point of Contact (EB POC). * The next step is to ensure that you have identified an EB POC for your company. You are required to establish both a primary and alternate EB POC for each CAGE/DUNS code assigned to the firm. * To see if an EB POC is listed for your company, go to http://www.ccr.gov/http://www.ccr2000.com/ and click on "Search CCR." Where prompted, enter the DUNS or CAGE or Company Name and click "Submit Query." If you are presented with a list of DUNS numbers, you will need to pick the specific location and click on the DUNS. * Scroll to the bottom of the Inquiry Results page. There you can see if anyone is listed as the EB POC. If no one is listed, your company has not identified an EB POC yet. If you see that there is no one listed as your company's EB POC, you need click on "Update or Renew Registrations Using TPIN" to add it. * Each vendor organization may establish up to two EB POC's (primary and alternate) for each Cage/DUNS combination. * The EB POC will be responsible for authorizing access to employee(s) of the vendor's organization to view and/or modify data submitted on behalf of the vendor. * Update NAICS codes developed by the Census Bureau, which replaced the Standard Industrial Classification (SIC) codes. Until NAICS codes are updated, update will not be complete. For more info on NAICS codes, visit: http://www.census.gov/epcd/www/naics.html 4. Determine if your organization will designate a Group Administrator (GAM) (Proceed to paragraph 5 if you are not going to designate a GAM). * In medium to large sized companies, there may be a need to establish more than one GAM. * A GAM determines who has access to the WAWF-RA vendor account. * The initial GAM shall be the person designated as the EB POC. To appoint additional GAM's, each vendor must submit an official appointment letter signed by the EB POC. * The appointment letter should be faxed to the WAWF-RA Customer Support Center. * The Group Administrator's Manual is available for reviewing to all WAWF-RA registered users. * The GAM Manual can be found in the Software Users Manual link within the WAWF-RA application. 5. Establish an organizational email address * All records created in WAWF-RA are stored in a virtual file folder and as status is updated or changes the system generates an email notification to applicable individuals identified in the firm's organizational email account. * The GAM or EB POC shall provide the organizational email to the WAWF-RA Customer Support Center. * Ensure that your firm's organizational email address is operational and can receive email from WAWF-RA prior to registering your email address with the WAWF-RA Customer Support Center. * Note: If you do not set up an organizational email address, the personal email address of the first person who self-registers from your firm (CAGE/DUNS code), will be designated as the organizational email address for your firm. 6. Set up PCs to access WAWF-RA * Set up the PCs of your organization's users to access WAWF-RA. * Select the "Setting Up Your Machine" link on the WAWF-RA home page for more information: https://wawf.eb.mil/Instr.html. 7. Have all users self-register on the WAWF-RA web site * Every user for your firm must self-register on the WAWF-RA web site by completing the online registration form. * Select the "Self Register" link on the WAWF-RA home page and follow the instructions. * Users may access WAWF-RA with either a User ID/Password combination or a PKI certificate. Users who want to use a PKI certificate must obtain it before self-registering. * PKI Certificates may be obtained from one of the approved Interim External Certificate Authorities: Operational Research Consultants Inc. http://eca.orc.com, Digital Signature Trust Co. http://www.digsigtrust.com/home.html, or Verisign: http://www.verisign.com. The web sites provide the instructions needed to acquire a PKI Certificate. * If further assistance is needed, contact the WAWF-RA Customer Service Center. * Note: Registrations will not be activated until the WAWF-RA Customer Support Center receives an email from the EB POC/GAM as registered in the CCR data- base. 8. Follow-up (if necessary). * If your (GAM or user) account hasn't been activated within 2 business days of self-registering contact the WAWF-RA Customer Service Center: COMMERCIAL 801-777-3282, Option 8 DSN 777-3282 Option 1 FAX Commercial: 801-605-7453 DSN: 388-7543 Email: cscassig@ogden.disa.mil Note: Reference "WAWF" in email Subject line. WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) 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. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Indianapolis through the DFAS Centralized Customer Service number 888-332-7366 (select option 2) or faxed to (877) 701-5069. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS myInvoice web site at http://www.dod.mil/dfas/contractorpay/myinvoice.html. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. CONTRACT NUMBER: W911S1-12-X-0XXX DELIVERY ORDER NUMBER: N/A TYPE OF DOCUMENT: COMBO CAGE CODE: ISSUE BY DODAAC: W911S1 ADMIN DODAAC: W911S1 INSPECT BY DODAAC: SERVICE ACCEPTOR / SHIP TO: LOCAL PROCESSING OFFICE: W911S1 PAY OFFICE DODAAC: HQ0490 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/8d86f6edf1e84cfffcd176bca9cdd96a)
- Place of Performance
- Address: MICC Center - Fort Dix (RC)(Joint Base McGuire/Dix/Lakehurst) 5418 South Scott Plaza 3rd Floor, Fort Dix NJ
- Zip Code: 08640-5097
- Zip Code: 08640-5097
- Record
- SN02613206-W 20111028/111026234156-8d86f6edf1e84cfffcd176bca9cdd96a (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 |