SOLICITATION NOTICE
V -- Hotel Lodging with Meals for US Southcom, Panamax 2012 Conference
- Notice Date
- 7/12/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Miami Division (PARC Americas 410th CSB), ATTN: SOBO-DC, 8300 NW 33 Street, Suite 110, Miami, FL 33122-1940
- ZIP Code
- 33122-1940
- Solicitation Number
- W91QEX12T0058
- Response Due
- 7/19/2012
- Archive Date
- 9/17/2012
- Point of Contact
- Paul H Cardona, 305-437-2662
- E-Mail Address
-
Miami Division (PARC Americas 410th CSB)
(paul.cardona1@hq.southcom.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. 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. The combined synopsis/ solicitation number is W91QEX-12-T-0058. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-58. The requirement will be procured in accordance with FAR Part 12. This requirement is a Total Small Business Set Aside. The associated North America Industry Classification System (NAICS) Code is 721110 and the Business Size Standard is $30M. The Government contemplates award of a Firm-Fixed Price purchase order for following service requirement: The Contractor shall provide lodging, and meals to support 30 Partner Nation attendees attending the United States Southern Command (USSOUTHCOM) Environmental Variability and Sustainability workshop. Contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to ensure lodging, transportation and meals are in compliance with all state and federal regulations. Hotel facilities must be clean, properly staffed and welcoming to guests attending the USSOUTHCOM event. Hotel must be in Miami Florida and a maximum of five (5) miles away from USSOUTHCOM. Period of Performance will be from 16-18 August 2012. Special Instructions: Lodging Requirements: See PWS Meal Requirements: See PWS NOTES to Offerors: Offers shall note the award will be based on lowest price technically acceptable. NOTE: In addition, Offerors are required to be registered with the Central Contractor Registration (CCR) database to receive a Government contract award. Offerors may register with CCR at http://www.bpn.gov/. NOTE: Offers will not be accepted from third party agencies. Offers will be accepted directly from Hotel providers only. In accordance with the PWS requirements, the successful offeror shall provide a point of contact of sufficient authority to authorize changes. In order for this and other PWS requirements to be met, the Government must maintain privity of contract directly with facility providers. Offers from third parties shall be considered non-responsive and will be excluded from consideration for award. Provide a firm fixed price quotation on the See the attached performance work statement for the required service. Respond to all items on the statement of work. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.219-6 Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 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 Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.232-7003 Electronic Submission of Payment Requests. AMC-LEVEL PROTEST (NOV 2008) 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 Materiel 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, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 01:00 PM Eastern Day Light Time, July 19, 2012 via email to paul.cardona@hq.southcom.mil All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact SSG Cardona,Paul, Contract Specialist, via email at paul.cardona@hq.southcom.mil. Please provide any questions no later than July 17, 2012; 4:00 PM Eastern Day Light Time. NO TELEPHONE REQUESTS WILL BE HONORED. Additional Info: Additional documentation Contracting Office Address: Miami Division (PARC Americas 410th CSB), ATTN: 9301 NW 33 Street, Miami Contracting Command, Miami, FL 33172 Place of Performance: Miami Division 410th CSB- Army Contracting Command 9301 NW 33rd St Doral FL 33172 US Point of Contact(s): Paul Cardona,305-437-2662
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/632f9b749c1519351446339f12f29d69)
- Place of Performance
- Address: Miami Division (PARC Americas 410th CSB) ATTN: 9301 NW 33 Street, Miami Contracting Command Doral FL
- Zip Code: 33172
- Zip Code: 33172
- Record
- SN02800963-W 20120714/120712235315-632f9b749c1519351446339f12f29d69 (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 |