Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
MODIFICATION

V -- Lodging and Related Services for 1st Mission Support Command Yellow Ribbon Reintegration Program Event from August 30, 2012 to September 2, 2012

Notice Date
8/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
MICC - Fort Buchanan (RC), Bldg. 399, 218 Brook Street, Fort Buchanan, PR 00934-4206
 
ZIP Code
00934-4206
 
Solicitation Number
W912C3-12-R-0008
 
Response Due
8/24/2012
 
Archive Date
10/23/2012
 
Point of Contact
Maria Otero, 787-707-3985
 
E-Mail Address
MICC - Fort Buchanan (RC)
(maria.otero@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT 0003: The purpose of this amendment is to correct CLIN 0027, item description of 36" television/vcr. The date and time for receipf ot Request for Proposal remains unchanged. See attached CLIN-price document. AMENDMENT 0002: The purpose of the amendment is to correct checkout date and correct Set-up information on CLIN 0022. See attached copy of CLIN-Price document. The date and time for Receipt of Proposals remains unchanged. AMENDMENT 0001: The purpose of the amendment is to revised CLIN 0013, Conference Room Medium's total quantity and quantities per day. See attached Revised copy of W912C3-12-R-0008-CLINS-Amend0001. In addition, copies of the Request for Proposal responses will be accepted via e-mail. No facsimile copies will be accepted. The date and time for Receipt of Proposals remains unchanged. 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. ATTENTION TO POTENTIAL OFFERORS This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12, 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. Submit your proposals based on all information provided for this Request for Proposal (RFP). Submit written proposal (oral, e-mail or faxed proposals will not be accepted) The RFP No: W912C3-12-R-0008. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59 dtd May 10, 2012. There is no set-aside for this acquisition. The NAICS code assigned to this acquisition is 721110. AREA OF CONSIDERATION: NORTHERN AND EAST AREA OF PUERTO RICO PROPOSALS WILL BE ACCEPTED FROM PUERTO RICO HOTELS ONLY. NO THIRD PARTY AGREEMENT Description: Lodging and Related Services for 1st Mission Support Command Yellow Ribbon Reintegration Program Event from August 30, 2012 to September 2, 2012 as described below: SEE ATTACHED CLIN EXCEL SHEET TO ENTER ALL PRICES. EACH PRICE SHALL INCLUDE ANY/ALL RELATED ASSOCIATED COST AND SERVICE FEE, IF APPLICABLE (DO NOT ADD SEPARATE CLINS OR INFORMATION FOR BELL- MAID OR OTHER SERVICES. EACH REQUIRED CLIN SHALL INCLUDE ALL PRICING) Vendors shall submit the proposal with appropriate signature. The provision at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The following addenda are made to this provision: Paragraphs (D), (E), (H), (I) AND (L) are hereby deleted from the referenced provisions. See FAR 52.204-7 which adds to Paragraph K PARAGRAPH (C) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. PARAGRAPH (G) Contract Award: BASIS FOR AWARD: Award will be made only after agreement has been reached on all terms and conditions and a fair market value for the services to be acquired. The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda are made to this clause. Paragraph (a) Inspection/Acceptance is added to read: The contractor shall use the Wide Area Workflow web page at https://wawf.eb.mil/index.html to submit invoices for acceptance. The clause at 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 the clause under paragraph (b) are considered checked and applicable to the acquisition: (1), (2), (23-32), (40),(45 ), (47-48), ((c)1-3). The following additional contract clauses apply to this acquisition: (1) FAR 52.204-7 Central Contractor Registration (2) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (3) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998): This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil (4) DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (5) DFAR 252.203-7002,Requirement to Inform Employees of Whistleblower Rights (6) DFAR 252.204-7000, Disclosure of Information (7) DFAR 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (8) DFAR 252.211-7003 Alt I, Item Identification and Valuation (9) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (a), (1), (23) (10) DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (11) DFAR 252.232-7010, Levies on Contract Payments (12) DFAR 252.243-7001, Pricing of Contract Modifications (13) DFAR 252.243-7002, Requests for Equitable Adjustment (14) DFAR 252.246-7000, Material Inspection and Receiving Report The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. 5152.209-4000, DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (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 Officer's 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 (Sep 2011) (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 (HQ), Army Materiel Command (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 (GAO) 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 HQ 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. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (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 HQ AMC-Level Protest Procedures. Wage Determination 2005-2461 (Rev 14) dated 06/13/2012 is applicable to this solicitation. Proposals are due by August 24, 2012; 1:00 PM local time and must be valid for at least 30 days. Vendors shall be registered and have an active account in the SYSTEM FOR AWARD MANAGEMENT (SAM) found at: https://www.sam.gov and ensure the applicable NAICS Code of 721110 for this requirement and their Online Representations and Certifications Applications are added in the system. Contact Jennifer Sarraga at e-mail: jennifer.r.sarraga.civ@mail.mil or Maria Otero maria.otero@us.army.mil for any questions or concerns regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5e6576fa4ae03fee24eb31ae9b1e856d)
 
Place of Performance
Address: MICC - Fort Buchanan (RC) Bldg. 399, 218 Brook Street, Fort Buchanan PR
Zip Code: 00934-4206
 
Record
SN02846896-W 20120822/120820235819-5e6576fa4ae03fee24eb31ae9b1e856d (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.