SOLICITATION NOTICE
S -- The Mission Installation Contracting Command has a requirement for Lodging within a 10 mile radius of Fort Meade Maryland.
- Notice Date
- 6/4/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- MICC - Fort Dix (RC - East), 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
- ZIP Code
- 08640-5097
- Solicitation Number
- W911S112T0492
- Response Due
- 6/5/2012
- Archive Date
- 8/4/2012
- Point of Contact
- Stephanie Shelton-Howell, 609-562-2695
- E-Mail Address
-
MICC - Fort Dix (RC - East)
(stephanie.m.howell2.civ@mail.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. Solicitation Number : W911S1-12-T-0492 Notice Type : Combined Synopsis/Solicitation Synopsis : This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The U.S Army Reserve, Mission and Installation Contracting Command, Mission Contracting Office, Fort Dix, NJ 08640 intends to make an award for Lodging within a 10 mile radius of Fort Meade Maryland: The NAICS code for this acquisition is 721110(Hotels) with the small business size standard of $30 million. The period of performance is 7-10 June 2012. I.A.W. FAR 2.101 this is a commercial acquisition. The solicitation is a request for quote and is issued as a 100% small business set aside. This announcement constitutes the solicitation, quotes are being requested and a separate written solicitation will not be issued. Solicitation number W9111S1-12-T-0492 is issued as a Request for Quote (RFQ). Offeror Due Date is 5 June 2012 by 15:00 pm EST. Fax to 609-562-3625 or email to Stephanie.M.Howell2.civ@mail.mil. Your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, Point of Contact and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to provide contracted services as set forth above. The Bid Schedule is provided as an attachment to this solicitation/synopsis at Attachment 0001. 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 FAR 52.212-1, Instruction to Offerors-Commercial Items FAR 52.212-2 Evaluations- Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items FAR 52.215-19, Notification of Ownership Changes FAR 52.215-20 Alt I Requirements for Cost Or Pricing Data FAR 52.215-21 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data-Modifications FAR 52.215-5 Facsimile Proposals FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.212-5, the following clauses apply: FAR 52.219-6 FAR 52.219-28 FAR 52.222-3, Convict Labor FAR 52.222-19, Child 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 52.222-54, Employment Eligibility Verification FAR 52.225-13, Restrictions on Certain Foreign Purchases 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 solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. 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 252.232-7003, Electronic Submission of Payment Requests DFARS 252.246-7000, Material Inspection and Receiving Report. DFARS 252.232-7010, Levies on Contract Payments It is requested that all Contractors view the following Attachments: Attachment 0001 Bid Schedule All Contractors not registered in the Central Contractor Registration (CCR) database prior to award or quotes will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or register online at http://www.ccr.gov. Basis of Award: In accordance with FAR 52.212-2, the Government intends to make an award to the Contractor who submits the lowest, responsive quote, and responsive proposal and is deemed acceptable and responsible by the Contracting Officer. The anticipated award will be a Firm-Fixed Price contract. The Offerors must submit quotes on the full quantity identified. The Contracting Officer reserves the right to make no award under this procedure. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. DEADLINE: Responses to this Request for Quote (RFQ) must be signed, dated, and received via electronic mail to Contract Specialist, Stephanie Shelton-Howell @ Stephanie.m.howell2.civ@mail.mill, no later than 15:00pm (Eastern Standard Time) on 5 June 2012. Responses should be marked with the solicitation number; these and all other correspondence may be directed to the above POC. Point of Contact(s): Stephanie Howell, 609-562-2695 252.232-7003 WAWF: 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/ 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: TOLL FREE - 1-866-618-5988, Option 8 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 WorkFlow - 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. PURCHASE ORDER NUMBER:W911S1-12-T-0492 TYPE OF DOCUMENT:2 in 1 Services Only CONTRACTOR'S CAGE CODE: ISSUING-OFFICE DODAAC:W911S1 ADMIN-OFFICE DODAAC:W911S1 INSPECTOR DODAAC: ACCEPTOR DODAAC: SHIP TO DODAAC: PAYMENT-OFFICE DODAAC:HQ0490 SEND MORE E-MAIL NOTIFICATIONS: ACCEPTOR: CONTRACT ADMINISTRATOR: AMC 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 4400 Martin Road, room A6SE040.001 Redstone Arsenal, AL 35898-5000 Facsimile number (256) 450-8840 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) Attachment 1 Bid Schedule: DUNS:___________________________ CAGE:___________________________ TAX ID:___________________________ Name of Hotel:______________________________________ POC:____________________________________________ Requirement: 59 rooms each for 3 nights = 177 rooms from 7-10 June 2012 177* $______________= TOTAL $___________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/98b6be337532ecca3d8071aaa4f20cdc)
- Place of Performance
- Address: MICC - Fort Dix (RC - East) 5418 South Scott Plaza, Fort Dix NJ
- Zip Code: 08640-5097
- Zip Code: 08640-5097
- Record
- SN02764865-W 20120606/120604234611-98b6be337532ecca3d8071aaa4f20cdc (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 |