Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2012 FBO #3901
SOLICITATION NOTICE

S -- Hotel Rooms in Concord, CA

Notice Date
7/28/2012
 
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
W911S1-12-T-0263
 
Response Due
8/6/2012
 
Archive Date
10/5/2012
 
Point of Contact
Scott Drader, 609-562-3195
 
E-Mail Address
MICC - Fort Dix (RC - East)
(scott.b.drader.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. 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. Solicitation Number: W911S1-12-T-0263 The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-59, 15 June 2012 (i) This solicitation document is issued as a Request for Quote (RFQ) for Hotel Lodging in Concord, CA. SEE ATTACHED SCHEDULE B for details. The closing date is 1 AUG 2012 at 12:00 PM, Contact Scott Drader at scott.b.drader.civ@mail.mil if you have any questions and to submit quotes. (ii) Notice of Total Small Set-Aside Solicitation. This solicitation is a Total Small Set-Aside solicitation. The associated NAICS code is 721110, with size standard of $30,000,000.00 (iii) The requirement shall be Firm Fixed Price (FFP). (iv) 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. Addendum to 52.212-1 Instructions to Offerors--Commercial Items JUN 2008: Paragraphs (d), (e), (h), and (i) are hereby deleted from the above referenced provision. Paragraph (c) Period for acceptance of offers is hereby changed from 30 calendar days to 60 calendar days (v) Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition and or Basis of Award. (vi) 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/. (vii) Invoicing and Payments (Wide Area Work Flow (WAWF): 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/. 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. 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. (viii) The following FAR clauses apply to this acquisition: 52.204-7, Central Contractor Registration; 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: The following paragraphs are hereby deleted from the FAR Clause 52.212-4: (h), (n), (o), and (p). 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): 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for federal Employees;52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving;52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. (x) The following DFARS clauses apply to this acquisition: DFARS 252.204-7004, Alternate A Central Contractor Registration; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.246-7000, Material Inspection and Receiving Report; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; Applicable additional clauses under DFARS 252.212-7001 are as follows: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023, Transportation of Supplies by Sea. (xi) Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d813f408f7e327e43b205adb3b1c7f0a)
 
Place of Performance
Address: Hotel xxxx Concord CA
Zip Code: xxxxx
 
Record
SN02819159-W 20120730/120728233230-d813f408f7e327e43b205adb3b1c7f0a (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.