SOLICITATION NOTICE
V -- LODGING IN SUPPORT OF YELLOW RIBBON REINTEGATION PROGRAM, NASHVILLE, TN, 15-17 JUNE 2012
- Notice Date
- 6/8/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W9124712T0081
- Response Due
- 6/12/2012
- Archive Date
- 8/11/2012
- Point of Contact
- CHARMAINE, 910-908-1916
- E-Mail Address
-
MICC Center - Fort Bragg
(charmaine.doucette@us.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. Solicitation Number: W91247-12-T-0081Notice Type: Combined Synopsis/Solicitation 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; quotes are being requested and a written solicitation will not be issued. (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. (ii)This solicitation document, W91247-12-T-0081, is issued as a Request for Quote (RFQ) for hotel rooms to support US Army Reserve Medical Command Soldiers during the Yellow Ribbon Reintegration Program Training in Nashville, Tennessee. The requirement is for a total of one hundred-thirty (130) queen bed double occupancy rooms (2 soldiers per room) for 2 nights for a total of 260 room nights from 15-17 June 2012. This requirement is for 65 Family Members and Soldiers attending the training. By name rosters will be given to the hotel at the time of award. Hotel must be within 10 miles of training location, Nashville, Tennessee. The hotel will be rated by industry with a minimum of three stars. The hotel will have on-site security personnel. See Schedule B attachment and submit quote to contract specialist (point of contact information below) thru e-mail. (iii) Notice of SMALL BUSINESS Solicitation. This solicitation is a Small Business solicitation. The associated NAICS code is 721110, Hotels (except Casino Hotels) and Motels, with size standard of $30M. (iv) The requirement shall be Firm Fixed Price (FFP). (v) Provision at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. Provision at FAR 52.252-2 Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. The Government will award a single contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the most advantageous to the Government, price and other factors considered. Addendum to 52.212-1 Instructions to Offerors--Commercial Items JUN 2008: The submission content is as follows and must be submitted and arranged in the sequential order listed below: 1. Acknowledgment of Solicitation Amendments. The offeror must submit a statement to acknowledge solicitation amendments, if applicable. 2. Schedule of Pricing. The offeror must submit a quoted price for Contract Line Item Number (CLIN) 0001. Submit quote on the provided Schedule B document. 3. Representations and Certifications, FAR clause 52.212-3 Alt I and DFARS clause 252.212-7000. The offeror must complete and submit the required representations and certifications. (vii)Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Responsibility: Simplified procedures will be used to evaluate offer and award this requirement. Proposed price will be evaluated for reasonableness using FAR Part 13.106-2, "Evaluation of Quotations or Offers." The Government intends to award this procurement based on the contractor's responsibility using FAR Part 9.104-1 (a) through 9.104-1 (g). (viii)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offfers are to include a completed copy). The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (ix)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. Addendum to FAR 52.212-4 Contract Terms and Conditions--Commercial Items Jun 2010: 1. FEDERAL HOLIDAYS: The following days are legally recognized holidays: New Year's Day1 January Martin Luther King Jr.'s Birthday3rd Monday in January President's day3rd Monday in February Memorial DayLast Monday in May Independence Day4th of July Labor Day1st Monday in September Columbus Day2nd Monday in October Veteran's Day11th of November Thanksgiving Day4th Thursday in November Christmas Day 25 December When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the proceeding Friday is observed as a legal holiday. This list of holidays relates to Government duty days and is not intended to supplement or otherwise alter the provisions of any Wage Determination regarding applicable paid holidays. In addition to the days designated as holidays, the Government observes the following days: -Any other day designated by federal statute -Any other day designated by Executive Order 2. INVOICING AND PAYMENTS (WIDE AREA WORK FLOW (WAWF): (a)All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. (b)The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line item numbers (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. (c)An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. (d)The following codes will be required to route receiving reports and invoices correctly through WAWF. CONTRACT NUMBER:TBD TYPE OF DOCUMENT:COMBO CAGE CODE:TBD ISSUE BY DODAAC:W91247 ADMIN DODAAC:W91247 INSPECT BY DODAAC:TBA SERVICE ACCEPTOR/SHIP TO:TBA LOCAL PROCESSING OFFICE:N/A PAY OFFICE DODAAC:TBD (x)Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil): 52.203-6, Restrictions on Subcontracting Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14); 52.222-3, Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for federal Employees; 52.222-50, Combating Trafficking in Persons; 52.2223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.225-13, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/, 52.252-2 Clauses Incorporated by Full Text (website provided http://farsite.hill.af.mil). (xv) The following DFAR clauses apply to this acquisition: DFARS 252.204-7004, Alternate A Central Contractor Registration; DFARS 252.211-7003, Item Identification Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.227-7015, Technical Data - Commercial Items. Applicable additional clauses under DFARS 252.212-7001 are as follows: FAR 52.203-3, Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023, Transportation of Supplies by Sea. (xvi)Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: 5152.209-4000, DoD Level Antiterrorism (AT) Standards (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. 5152.233-4000, AMC-Level Protest Program 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 Chapel 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. Submissions of questions shall be forwarded no later than Monday, June 11, 2012, at 12:00 PM EST. All answers to be questions will be posted as an amendment to this solicitation. (xvii) Submission of quotes shall be forwarded by Tuesday, June 12, 2012 at 12:00 PM EST. Offerors shall provide a quote using the pricing schedule provided in Appendix 1 of this combined synopsis/solicitation. (xviii) Submission of Quotes: Quotes shall be forwarded to Contract Specialist, CPT Doucette, Chamaine via email to: charmaine.r.doucette.mil@mail.mil. Facsimile submission will not be accepted. (xix)The point of contact (POC) for this acquisition is CPT Charmaine Doucette. She may be reached at 910-908-1916 or via email at charmaine.r.doucette.mil@mail.mil This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-50, Effective 6 March, 2011. A detailed requirement description is attached.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/52dba8656e22a18efeefedfddc1f120a)
- Place of Performance
- Address: MICC Center - Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
- Zip Code: 28310-5000
- Zip Code: 28310-5000
- Record
- SN02770224-W 20120610/120608234758-52dba8656e22a18efeefedfddc1f120a (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 |