SOLICITATION NOTICE
V -- Cincinnati Hotel Accomodations - Solicitation - Performance Work Statement - DFARS 252.209-7992 - FAR 52.212-3, Alt I - 52.222-22 and 52.222-25
- Notice Date
- 6/10/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-16-R-0036
- Archive Date
- 7/2/2016
- Point of Contact
- Brian Maser, Phone: 9375224505
- E-Mail Address
-
brian.maser@us.af.mil
(brian.maser@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 4, fill in Attachment 3, fill in Attachment 5, fill in Attachment 2 Attachment 1 This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This acquisition uses simplified acquisition procedures IAW FAR Subpart 13.5 - Test Program for Certain Commercial Items. This announcement, with its attachments, constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Government intends to award one Firm-Fixed Price (FFP) contract resulting from this solicitation to the responsible offeror whose proposal conforms to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. Requirement: The United States Air Force School of Aerospace Medicine (USAFSAM) Center for Sustainment of Trauma and Readiness Skills (CSTARS) requires contracted hotel accommodations in the Cincinnati, Ohio area. Services are to be provided in accordance with Performance Work Statement dated 1 February 2016, which is located at Attachment 1. Solicitation Number: The solicitation number for this requirement is FA8601-16-R-0036. Set-Aside: This is a Total Small Business Set-Aside in accordance with FAR 19.502-2; only those businesses that meet the applicable size standard are qualified to bid. The applicable North American Industry Classification System (NAICS) Code is 721110 - Hotels (except Casino Hotels) and the size standard is $32.5M. Provisions and Clauses: Applicable provisions and clauses are incorporated in the attached solicitation document. Contract Line Items (CLIN): Detailed CLIN descriptions are provided in the attached solicitation document. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow - Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Evaluation Factors: Evaluation factors and a detailed description of how proposal will be evaluated are contained in FAR 52.212-2 - Evaluation - Commercial Items located in Attachment 2. Contract Financing: Contract financing will NOT be provided for this acquisition. Consent to RFP Terms and Conditions: Submission of proposals in response to this RFP constitutes agreement by the offeror to all terms and conditions contained in this announcement and the attached solicitation document, which will be incorporated into the resulting contract. Due Date and Point of Contact: E-mail proposals to Brian.Maser@us.af.mil or send hard copies no later than 2:30 PM, Eastern Time on Friday, 17 June 2016 to: AFLCMC/PZIOAC Attn: Brian Maser 1940 Allbrook Drive, Room 109 WPAFB, OH 45433-5344 Be advised that all e-mail correspondence related to this RFP shall contain a subject line that reads "FA8601-15-R-0017, Cincinnati Hotel Accommodations." Note that e-mail filters at Wright-Patterson are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson. If sending attachments with e-mail, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The e-mail filter may delete any other form of attachments. Direct any and all questions regarding this requirement to Brian Maser at (937) 522-4505 or Brian.Maser@us.af.mil. Attachments: 1. Performance Work Statement 2. CLINs, Provisions, and Clauses 3. FAR 52.212-3, Alt I 4. FAR 52.222-22 and 52.222-25 5. DFARS 252.209-7992
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-16-R-0036/listing.html)
- Place of Performance
- Address: Cincinnati, OH, Cincinnati, Ohio, United States
- Record
- SN04145907-W 20160612/160610234204-a337b33b4efff7aad36c67c83fc61788 (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 |