SOLICITATION NOTICE
V -- Lodging in Sioux Falls, SD
- Notice Date
- 11/29/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-14-T-1006
- Response Due
- 12/11/2013
- Archive Date
- 1/28/2014
- Point of Contact
- Jake Perrotta, (609) 562-2703
- E-Mail Address
-
ACC - New Jersey
(jake.r.perrotta.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: W15QKN-14-T-1006 solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-69, 03 September 2013. (i) This solicitation document is issued as a Request for Quote (RFQ) for lodging services within a 10 mile radius of the 12-104th Regt, 4400 N. Northview Avenue, Sioux Falls, SD. SEE ATTACHED STATEMENT OF WORK (SOW) & SCHEDULE B. (ii) Notice of Total 100% Small Business Set-Aside for the Solicitation. The associated NAICS code is 721110, with size standard of $30.0M. (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 FEB 2012: 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 90 calendar days 52.232-18, Availability of Funds. Please insure quoted price extends out to 90 calendar days. All questions shall be in writing. Questions maybe e-mailed to Jake Perrotta at jake.r.perrotta.civ@mail.mil. All offers shall be in writing. Quotes maybe e-mailed to Jake Perrotta at jake.r.perrotta.civ@mail.mil. PLEASE SUBMIT QUOTES BY 1100EST 11 December 2013. Contractors shall quote on all CLINS. CLIN pricing should be all inclusive of labor, labor burden, other direct cost (material, equipment, fees, licenses, etc), G&A and profit. Line Item pricing should include all applicable taxes, fees, gratuities, commissions, services charges, etc. The federal government is tax exempt. The contractor shall invoice for the actual number of rooms occupied. The Federal Government is Tax Exempt. Pricing is only to include lodging costs. No phone calls, PPV programming, mini bar/vending consumption meals nor beverages are required or re-imbursed by the Government Individuals' responsibility. The contractor must provide Point of Contact (POC), not staff of the hotel, that will be physically present at the facility from commencement to conclusion of the event. The name of the POC and telephone number must be submitted with their quote/. POC: _______________________________ Telephone No.______________________ Email Address:_____________________ The contractor must submit the Federal Emergency Management Agency (FEMA) Certification of the proposed facility for the event with their /quote. The contractor must submit all teaming arrangements/subcontracting agreements with their /quote -- to include payment arrangements. Only required if quoter other than the proposed hotel. If third party only ONE quote will be evaluated. Include the following information with quote provide: Dun and Bradstreet #__________________________ CAGE(commercial and government entity)code___________________ Federal Tax ID __________________ ENSURE YOU PROVIDE DFARS 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) COMPLETED WITH YOUR QUOTE. (v) Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition and or Basis of Award. Basis of Award (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government and is the lowest total aggregate price. Technical: Facility Assessment consisting of cleanliness, security, amenities, and conformance with solicitation terms and conditions. Conformance to the Statement of Work (SOW). Price: pricing for each Line Item. Pricing must be submitted in the proper format. The proper format consists of QUANTITY * UNIT AMOUNT = NET AMT. In the event there is a difference between a unit price and the extended total, the unit price will be held to the intended price. If the offeror shows only the total price but fails to enter a unit price, the total divided by the estimated quantity will be held to be the intended price. Past Performance (Utilization of the Past Performance Information Retrieval System) will be evaluated on a pass/fail basis. Technical and past performance when combined are equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. Offerors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period. (c) 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 offer's 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 a The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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: (vi) Provision at FAR 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offfers are to include a completed copy). The contractor shall be registered in the System for Award Management (SAM). (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, System for Award Management; 52.204-13, System for Award Management Maintenance; 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 FEB 2012: The following paragraphs are hereby deleted from the FAR Clause 52.212-4: (h), (n), (o), and (p). 52.217-5, Evaluation of Options the Term of the Contract; 52.222-50, Combating Trafficking in Persons; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.233-3, Protest After Award; 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): 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations ; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-18, Availability of Funds; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for federal Employees; 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment; 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to the end of the performance period. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. (ix) The following DFARS clauses apply to this acquisition: DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7003 Control of government personnel work product; 252.204-7004, Alternate A Central Contractor Registration; 252.204-7011, Alternative Line Item Structure; 252.223-7006 Prohibition on storage and disposal of toxic and hazardous materials; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.225-7031, Secondary Arab Boycott Of Israel; 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on interrogation of detainees by contractor personnel;252.243-7001 Pricing of contract modification; 252.243-7002, Request for equitable adjustment; 252.246-7000, Material Inspection and Receiving Report; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submissions of Payment Requests; 252.204-7004 AltA, Central Contractor Registration; 252.247-7023, Transportation of Supplies by Sea with Alternate III. (x) Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: 52.000-4002 LEVEL 1 ANTI TERRORIST AWARENESS TRAINING OCT/2010 REQUIREMENTS FOR CONTRACTOR EMPLOYEES is incorporated as an attachment on ASFI/FEDBIZOPPS. 52.232-4004 ARMY ELECTRONIC INVOICING INSTRUCTIONS NOV/2011 is incorporated as an attachment on ASFI/FEDBIZOPPS. 52.233-4000 HQ AMC-LEVEL PROTEST PROGRAM OCT/2011 is incorporated as an attachment on ASFI/FEDBIZOPPS. 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) is incorporated as an attachment on ASFI/FEDBIZOPPS. (xi) Applicable Service Contract Act Wage Determination Wage Determination incorporated as an attachment on ASFI/FEDBIZOPPS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f2d83c6751559d6662bc3128ad25c81d)
- Place of Performance
- Address: 12-104th Regt 4400 N. Northview Avenue Sioux Falls SD
- Zip Code: 57103
- Zip Code: 57103
- Record
- SN03243268-W 20131201/131129233241-f2d83c6751559d6662bc3128ad25c81d (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 |