SOLICITATION NOTICE
99 -- Hotel Rooms Rental (Westshore Vicinity) - CLIN Structure - Westshore
- Notice Date
- 3/19/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
- ZIP Code
- 33621-5119
- Solicitation Number
- FA481418TF023
- Archive Date
- 4/18/2018
- Point of Contact
- Yvette D. Prioleau, Phone: 813-828-1872, Leyla L. Campbell, Phone: 813-828-4018
- E-Mail Address
-
yvette.prioleau.1@us.af.mil, leyla.campbell@us.af.mil
(yvette.prioleau.1@us.af.mil, leyla.campbell@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- CLIN Structure - Westshore This is a combined synopsis/solicitation for a commercial supply and/or service prepared in accordance with the format in FAR 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 Request for Quote (RFQ) and the solicitation number is FA4814-18-T-F023. This acquisition is UNRESTRICTED. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Hotel three (3) or four (4) star accommodations with complimentary wireless/wired internet in the sleeping rooms in (Westshore), Tampa, Florida area. DESCRIPTION OF REQUIREMENT - SEE ATTACHED CLIN STRUCTURE FAR 52.232-18, Availability of Funds Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 effective 6 November 2017, DFARS DPN 20171228, effective 28 December 2017 and AFFARS AFAC 2017-1003, effective 3 October 2017. The North American Industry Classification System code (NAICS) is 721110, Hotels (except casino hotels). The Product Service Code (PSC) is V231, Lodging - Hotel /Motel. A firm fixed price contract will be awarded. BASIS FOR AWARD: Award will be made to the lowest price offeror that meets ALL requirements listed above. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: The requirement is procured on behalf of United States Special Operations Command (USSOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.212-3 Offeror Representations and Certifications--Commercial Items FAR 52.212-4 Contract Terms and Conditions--Commercial Items FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52. 225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.246-16 Responsibility for Supplies FAR 52.247-34 F.O.B. Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-5 Contract Terms & Condiotions Required to Implement Statutes or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: • FAR 52.219-28 Post Award Small Business Program Representation • FAR 52.222-3 Convict Labor • FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies • FAR 52.222-21 Prohibition of Segregated Facilities • FAR 52.222-26 Equal Opportunity • FAR 52.222-50 Combating Trafficking in Persons • FAR 52.223-18 Encouraging Contractor Policies to ban Text Messaging While Driving • FAR 52.225-13 Restrictions on Certain Foreign Purchases • FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.252-2 Clauses Incorporated by Reference The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252-204-7004 (Alt A) System for Award Management DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.225-7048 Export Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.247-7023 Transportation of Supplies by Sea The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.232-7006 Wide Area Workflow Payment Instructions The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply and are incorporated in full text: AFFARS 5352.201-9101, Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Susan R. Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, phone: (618) 229-0267, fax (618) 256-6668. Email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman levels, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) ADDITIONAL INFORMATION: In addition, the quote must list your Company name, address, DUNS number, CAGE code, Federal TIN and Point of Contact to include the phone number and email address. Also, in order to be eligible for an award, the company must be registerd in the System for Award Management (SAM) database at www.sam.gov prior to award, during performance and through final payment of any contract resulting from this solicitation. Lack of registration in the SAM database will make an offeror ineligible for award. Vendors must be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil to complete your registration. DEADLINE: Offers are due on Tuesday, 3 April 2018 by 10:00 AM EST. Submit offers or any questions to the attention of Yvette Prioleau, by email to yvette.prioleau.1@us.af.mil. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/FA481418TF023/listing.html)
- Place of Performance
- Address: Tampa, Florida, United States
- Record
- SN04859188-W 20180321/180319231234-7d9b6c7d9acf824c3f1b172531ce57dc (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 |