Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2011 FBO #3337
SOLICITATION NOTICE

V -- Long Term Lodging Support & Transportation

Notice Date
1/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
F3PH310357A001
 
Archive Date
2/10/2011
 
Point of Contact
B. Michelle Spencer, Phone: 210-652-9757, Dawn M. Melchione, Phone: 210-652-2536
 
E-Mail Address
belinda.spencer@us.af.mil, dawn.melchione@randolph.af.mil
(belinda.spencer@us.af.mil, dawn.melchione@randolph.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Education and Training Command Contracting Squadron, Randolph AFB, TX has a requirement to purchase long term lodging support for Air Force Security Assistance Training Squadron (AFSAT). This is a streamlined combined/synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (F3PH310357A001). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-47. All responsible sources may submit bid, proposal, or quotation which shall be considered by the agency. The NAICS Code is 721110; size standard $30.0M. NATURE OF ACQUISITION: AFSAT has a requirement for long term lodging. The requirement includes lodging for six (6) visiting students for single occupancy rooms for the period 26 February 2011 through 7 May 20011. CONTRACT TERMS AND CONDITIONS: The following provisions apply: 52.252-1 -- Solicitation Provisions Incorporated by Reference. 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. 52.212-1 - Instructions to Offerors - Commercial Items 52.212-2 Evaluation-Commercial Items EVALUATION-COMMERCIAL ITEMS (JAN 1999) (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 government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. In determining the most advantageous offer to the government, the government shall consider the following three factors: technical, past performance, and price. Technical,past performance and price, when combined, are all equal. (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). (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 award. (End of provision) Conformance to the Schedule of Supplies. The technical proposal shall demonstrate the ability to provide long term lodging as required. The technical proposal should also include the descriptive literature for each corresponding CLIN offered to clearly demonstrate the product and/or services offered. Price. The firm fixed price shall be based on the rates contained in your proposal, including any volume or spot discounts. Since award will be based on initial responses, you are encouraged to offer your most advantageous pricing in the initial response. Contractors are required to complete the schedule of supplies. Past Performance. The government will evaluate the quality and extent of the contractor's performance deemed relevant to the requirements of this RFQ. The government will use information submitted by the contractors and other sources such as other Federal Government offices and commercial sources, to access performance. Provide at least one and no more than three (3) relevant contracts, from different customers, performed for other Federal agencies or commercial agencies within the last three (3) years. Relevant contracts include contracts for products similar to the requirements contained in the schedule of supplies. The evaluation of past performance information will take into account past performance information regarding predecessor companies, relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. Furnish the following information for each contract listed. (i) Company/Division name (ii) Product/Service (iii) Contracting Agency/Customer (iv) Contract number (v) Contract Dollar Value (vi) Period of Performance (vii) Verified, up-to-date name, address, Fax and telephone number of the contracting Officer (viii) Comments regarding compliance with contract terms and conditions (ix) Comments regarding compliance with any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. The following clauses apply: 52.203-3 - Gratuities 52.203-6 - Restriction On Subcontractor Sales to Government 52.203 -6 (Alt I) - Restriction On Subcontractor Sales to Government - Alternate I 52.204-7 - Central Contractor Registration 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Feb 2007). 52.219-28 - Post-Award Small Business Program Rerepresentation. 52.222-3 -- Convict Labor 52.222-21 -- Prohibition of Segregated Facilities 52.222-41 Service Contract Act of 1965 52.223-5 - Pollution Prevention and Right-to-Know Information 52.225-13 - Restrictions on Certain foreign Purchases 52.232-18 - Availability of Funds 52.232-34 -- Payment by Electronic Funds Transfer--Other Than Central Contractor Registration. 52.233-3 -- Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 252.201-7000 - Contracting Officer's Representative 252.204-7003 - Control of Government Personnel Work Product 252.204-7004 Alt A - Central Contractor Registration (52.204-7) Alternate A 252.225-7031 -- Secondary Arab Boycott of Israel 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 -- Levies on Contract Payments. 252.243-7001 -- Pricing on Contract Modifications 252.247-7023 Alt III - Transportation of Supplies by Sea 52.212-4 -- Contract Terms and Conditions -- Commercial Items Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be only made by written agreement of the parties, with the exception of: (1) Administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Paragraph (n) of this clause is tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title of commercially-available-off-the-shelf (COTS) software is exempt from this paragraph. The terms and conditions of the software licensing agreement shall prevail in lieu thereof. FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2009) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.(b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause.(i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246).(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212).(iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.) (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2). While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 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/these address(es): http://farsite.hill.af.mil (End of clause) 52.252-6 -- Authorized Deviations in Clauses (Apr 1984) The use in this solicitation or contract of any FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (April 2009) deviation (48 CFR 2001-O0002/2004-o0002) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 52.222-42 -- Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Bus Driver $21.68 36.45% Waiter/Waitress $17.43 36.45% Housekeeping $15.68 36.45% (End of Clause)   252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2009) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5 (FEB 2008) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) 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 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, concerned parties may contact the AETC ombudsmen, Chief, Business Operations Branch, HQ AETC/A7KB, 2035 First Street West, Randolph AFB TX 78150-4304, 210-652-5815; facsimile 210-652-8348. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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.   INVOICING INSTRUCTIONS AND PAYMENTS FOR SUPPLIES/SERVICES Invoices for supplies/services rendered under the contract resulting from this solicitation shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF). The vendor shall self-register at the web site https://wawf.eb.mil. Once registration has been completed, the vendor must notify the appropriate buyer of contracting officer that they are ready to start using WAWF. Vendor training is available on the Internet at http://wawftraining.com. For more information call 1-866-618-5988. Select the Create Invoice and Receiving Report COMBO within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report COMBO option prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. YOU ARE NOT AUTHORIZED TO USE THE 2N1 OPTION. THE USE OF 2N1 OPTION WILL DELAY PAYMENT. If customer requests copy of invoice, this can be accomplished via E-Mail direct to the customer or by attachment to COMBO. Back-up documentation (such as delivery receipts, etc.) can be included and attached to the COMBO option invoice in WAWF. Any Microsoft Office product may be attached. Additional Information regarding completion of invoices in WAWF will be provided upon contract award. Note: the following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d). 1. Software applications and operating systems 2. Web-based Internet and Internet information and applications 3. Telecommunications products 4. Video and multimedia products 5. Self contained, closed products 6. Desktop and portable computers Further information and guidance can be found at http://www.section508.gov Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. Electronically transmitted orders are complete for payment purposes only. Additional or supplemental instructions provided to the contractor under separate cover are non-payment affecting items and are applicable to this order with the same force and effect as all other terms and conditions of the order. The items sold to the Government should be properly marked with manufacturer's name and part number. DOD Policy on Elimination of Use of Class I Ozone-Depleting Substances. No DOD contract awarded on or after June 1, 1993 may include a specification or standard requiring the use of an ozone depleting chemical. The supply or service being procured by this contract has been certified as a non ODC item. If to your knowledge the product or service contains or will require the use of ozone depleting chemicals in the performance of this contract, you are required to notify the Contracting Officer immediately. Responses to this notice shall be provided in writing via e-mail to: Ms B. Michelle Spencer, at belinda.spencer@us.af.mil. All responses shall be received NLT 12:00 PM CST on 24 Jan 11. Email is the preferred method. Point of Contact: Ms B. Michelle Spencer, Contracting Specialist, Phone 210-652-9757, Fax 210-652-1817; 2021 First Street West, Randolph AFB, TX 78150-4525. PERFORMANCE WORK STATEMENT (PWS) FOR LONG TERM LODGING FOR AIR FORCE SECURITY ASSISTANCE TRAINING SQUADRON (AFSAT) 1.0. DESCRIPTION OF SERVICES/GENERAL INFORMATION 1.1. Background: AFSAT, Randolph AFB, TX has a requirement for Long Term Lodging in East Hartford, CT 06108. 1.2. Contractor shall be required to provide six (6) smoke free single occupancy hotel/motel rooms for students during training course at Pratt and Whitney Facility located at 400 Main Street, East Hartford, CT 06108. The check-in will be February 26, 2011 and check-out is May 7, 2011. The hotel must be within 12 miles of the training location at the Pratt and Whitney Facility to allow for optimum use of the students time. 1.2.1. Hotel must be able to provide pick-up/drop-off at Bradley International Airport, Scheophoester Road, Windsor Locks, Hartford, Connecticut 06096. 1.2.2. Hotel/motel must be able to provide daily transportation to and from Pratt and Whitney facility. 1.2.3. Transportation for student shopping trips once a week after the training day or on a non-training day (up to four hours) to purchase supplies needed to maintain themselves in their hotel/motel or apartment. 1.2.4. Kitchens with refrigerators, microwave ovens, stove top and coffee machine desired. 1.2.5. Extended stay suites desired. 1.2.6. Close proximity (walking distance) to dining, mall and recreation facilities. 2. PLACE OF PERFORMANCE. Manchester, Connecticut, USA. 3. OTHER REQUIREMENTS 3.1. Only the quality assurance personnel/training program manager (QAP/TPM) or the designated alternate has the authority to inspect, accept, or reject all services. 3.2. The contractor shall bring problems or potential problems affecting performance to the attention of the QAP/TPM upon occurrence. 4. GENERAL INFORMATION 4.1. Contractor's Quality Control Plan (QCP). The Contractor shall provide and maintain a Quality Control Plan (QCP), which will ensure the requirements of the contract are provided as specified. One copy of the QCP shall be provided to the CO as part of the technical proposal. The contractor shall be responsible for overall responsiveness, cost control, adherence to schedules, responsible and cooperative behavior, technical quality of work, management of contractor team's efforts including level of understanding of ASAT's mission, and commitment to customer satisfaction. Plan can be in electronic format. Changes to the QCP during contract performance shall be submitted to the CO for acceptance not later than 10 calendar days prior to any changes being effected by the contractor. 4.2. Performance Metrics. The contractor shall establish performance metrics prior to contract start and submit them to the CO for acceptance as part of the quality control plan and technical proposal. 4.3. Performance Evaluation Meetings. The contracting officer may require the contract manager or designated alternate to meet with the contracting officer, contract administrator, QAP/TPM, and other Government personnel as deemed necessary. The contractor may request a meeting with the contracting officer when he or she believes such a meeting is necessary. 4.4. Performance of Service during Crisis Declared by the National Command Authority or Overseas Combatant Commander. This service is not determined to be essential for performance during crisis according to DODI 3020.37. However, in the event of a crisis or a significant emergency is declared the CO will contract service provider personnel to notify them of the situation and any possible changes to their contract responsibilities. Upon notification by the CO, the service provider shall perform special event services due to contingencies, natural disasters, or facility operation on an extended basis up to 24 hours per day, as required. If additional contract costs are incurred under this paragraph, the service provider shall have up to 30 calendar days to request an equitable contract price adjustment. DESCRIPTION OF SUPPLIES 0001 Lodging 1 Lot _____________ 0002 Transporation 1 Lot _____________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/F3PH310357A001/listing.html)
 
Place of Performance
Address: CONUS, East Hartford, Connecticut, 06108, United States
Zip Code: 06108
 
Record
SN02358066-W 20110113/110111234216-97550910c8909fe617e09f63af01a16d (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.