Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2016 FBO #5300
SOLICITATION NOTICE

V -- MA ARNG Hotel Rooms near Hanscom AFB

Notice Date
5/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Massachusetts, 2 Randolph Road, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
W912SV-16-P-0064
 
Point of Contact
Pedro R Lara, Phone: 339-202-3836, Jenny N. Lor, Phone: 3392023839
 
E-Mail Address
pedro.r.lara.mil@mail.mil, jenny.n.lor.mil@mail.mil
(pedro.r.lara.mil@mail.mil, jenny.n.lor.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work for Massachusetts Army National Guard Hotel Rooms. This requirement is for a 21 Foreign National Military Officers who requires lodging, arriving on June 5, 2016 and departing June 12, 2016. Hotel must meet or exceed minimum mandatory quality and security requirements and meet or exceed FEMA safety compliance. Hotel must be within a 5 mile radius of the Hartwell Gate of Hanscom Air Force Base, Bedford, MA. Hotels must be registered on System for Award Management (www.sam.gov) and must also be registed with Wide Area Workflow (https://wawf.eb.mil/) in order to receive EFT payments. Establishments who do not provide a proposal based on receipt and review of this statement of work will be deemed non-responsive. The Statement of Work is as follows: STATEMENT OF WORK (SOW) A. The contractor shall, except as specified in this Statement of Work (SOW) as government furnished property or services, provide all personnel, supervision, and any items and services necessary to provide 21 sleeping rooms on June 5, 2015through June 12, 2016. B. SUBSISTANCE REQUIREMENTS: Contractor shall have available at a minimum a continental breakfast: C. GUEST ROOMS: Contractor shall provide a total of 21 sleeping rooms. Whether the size of the bed(s) in each room are a King, Queen or Full does not matter. D. ADDITIONAL CONTRACTOR REQUIREMENTS: 1. Payment will be processed through Wide Area Workflow. Contractor must have a current System for Award Management (SAM) registration for Department of Defense (DoD) payment. 2. No Contractual Changes can be made without the acknowledgement of a Contracting Officer. 3. Hotel will not be undergoing renovations during conference dates. 4. Contractor shall provide a single point of contact prior to each event for obtaining menus, finalizing meal counts, etc. 5. Contractors facilities must meet minimum standards for federal (FEMA-approved as found on website http://www.usfa.dhs.gov/applications/hotel/ ), state (Massachusetts) and local governments as well as industry standards for health, safety, and welfare occupants. Government officials will personally visit establishments being considered for contract. (END OF STATEMENT OF WORK) ¬¬¬¬¬¬¬¬¬¬¬ EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offerors capability to provide a quality service and facility that meets the Government's needs; (2) Past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) Total cost or price. Note on Price Evaluation factor: Prices shall not exceed the Government Per Diem Rate. As a reminder we are tax exempt and will provide an ST-2 and ST-5. Please always give your best and final pricing; you may not be given a chance to adjust your proposals. Contracting Manpower Reporting (CMRA): Per sections 235 and 2330a of title 10, United States Code, "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Army National Guard via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil/" As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at http://farsite.hill.af.mil/vffara.htm and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/VFDFARA.HTM. The clauses are to remain in full force in any resultant contract. FAR clauses 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management (SAM) 52.204-19 All Clauses in SAM 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-2 Evaluation- Commercial Items 52.212-4 Contract terms and conditions-commercial items 52.212-5 Contract terms and conditions required to implement statutes or Executive Orders 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities (applicable over $15,000) 52.222-41 Service Contract Act of 1965 (services only) 52.222-42 Statement of Equivalent Rates for Federal Hires (services only) 52.222-50 Combating Trafficking in Persons 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-1 Buy America Act 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration 52.323-39 Unenforceability of Unauthorized Obligations 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses DFAR clauses 252.203-7000 Requirements relating to Compensation of Former DoD officials 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.203-7996(DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation 252.203-7997(DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law 252.211-7003 Item Identification and valuation 252.212-7001 Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial items 252.232-7003 Electronic Submission of Payment Request and Receiving Reports 252.232-7006 Wide Area Workflow Instructions 252.232-7010 Levies on Contract payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel Instructions: Please submit written quote NLT 11:00 a.m., May 30, 2016 including tax ID# and POC on a cover sheet. Please read the statement of work carefully, do not assume you will have the opportunity to correct any errors. All quotes or questions should be submitted to pedro.r.lara.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-16-P-0064/listing.html)
 
Place of Performance
Address: within 5 mile radius of Hartwell Gate of Hanscom AFB, Bedford, MA, United States
 
Record
SN04130969-W 20160528/160526235122-2022b4ed6456132607fd331b4c699dac (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.