SOLICITATION NOTICE
V -- Annual Training Suites
- Notice Date
- 5/8/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, District of Columbia, 20315-0350
- ZIP Code
- 20315-0350
- Solicitation Number
- W912R1-12-P-0029
- Archive Date
- 5/21/2012
- Point of Contact
- Rendell Long, Phone: 2026857854
- E-Mail Address
-
rendell.lettel.long@ng.army.mil
(rendell.lettel.long@ng.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis/Solicitation: 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. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Mission Contracting Office –DC National Guard intends on issuing one Firm Fixed-Price Contract. (ii) Solicitation document W912R1-12-P-0029 is issued as a Request for Quote (RFQ) to provide 5 Three bedroom suites use from 1 Aug - 17 Aug 2012, 3 three bedroom suites from 4 Aug -18 Aug 2012 and 36 three bedroom suites 4-17August. The lodging is for non smoking rooms for 17 days. The facility must be located within 5-10 miles of Fort Leavenworth KS, and in a central location with easy access to local establishments, fully furnished to include a spacious living room (TV/DVD Player/Cable), dining room, full size fully equipped kitchen (stove/oven, refrigerator w/ ice maker, dishwasher, stackable washer/dryer, toaster, coffee maker, pots/pans, all utensils, and service for four), two full bathrooms with one being located in the master bedroom and the other one in the hallway. Each bedroom has one queen size bed, a dresser, desk w/chair, TV and a closet and all utilities, wireless internet, local phone calls, basic cable, in ground pool. (iii) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-52. (iv)This requirement will be solicited under full and open competition and only qualified offeror's may submit quotes. This solicitation is issued under FAR Part 13 Simplified Acquisition Procedures. This requirement is to provide suite accommodations (with room occupancy) for 17 days around Fort Leavenworth KS. The North American Industrial Classification System (NAICS) Code 721110 "Hotels (except Casino Hotels) and Motels", size standard is 30M. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. All questions pertaining to this solicitation must be submitted to CW3 Rendell NLT 07 May 2012 by 4:00 p.m. EDT. Questions will be answered NLT 07 May 2012 by 2:00 pm EST. Interested persons may identify their interest, capabilities and submit quotes via the Schedule B quote sheet that is provided below and e-mail documents to the email address provided no later than 07 May 2012, 4:00 p.m. EDT. The point of contact for this notice is CW3 Rendell Long, 202-685 7854 email address rendell.lettel.long@ng.army.mil. See Schedule B below: SCHEDULE B ITEM NO SUPPLIES/SERVICES QUANTITY UNIT PRICE AMOUNT 0001 05(suites 01-17 Aug 2012 ) Each $_______________ $_______________ 0002 32(suites 04-17 Aug 2012) Each $_______________ $_______________ 0003 ?? (suites ??- ?? Aug 2012) Each $_______________ $_______________ FFP: Lodging (17 days (non smoking) ) BASE PERIOD: 30 days ARO FOB: Destination NET AMT $_______________ FAR 52.202-1, Definitions (v) The following provisions apply to this acquisition: FAR 52.203-5, Covenant Against Contingent Fees (vi) FAR 52.212-2, Evaluation - Commercial Items. The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price, delivery date, and the ability to meet all of the solicitation requirements. (vii) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. The contractor shall be registered in the Online Representations and Certifications Application - ORCA - at http://orca.bpn.gov/. DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFAR 252.225-7000 Buy American-Act Balance of Payments Program Certificate. (viii) The following clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. Addendum to 52.212-4 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 items (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. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. CONTRACTORS THE INFORMATION BELOW WILL BE PREFILLED FOR YOU. PLEASE VERIFY THAT CONTRACT NUMBER AND DELIVERY ORDER NUMBER ARE CORRECT FOR THE CONTRACT YOU WILL BE INVOICING FOR THROUGH WAWF. SOLICITATION NUMBER: W912R1-12-P-0029 Person completing the receiving report name and email address: _CW3 Rendell Long rendell.lettel.long@ng.army.mil (ix) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, Incorporated by Full Text (website provided http://farsite.hill.af.mil): Applicable clauses under FAR 52.212-5: 52.219-14 Limitations on Subcontracting, 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, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-50 Combating Trafficking in Persons, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. (x) FAR 52.232-1, Payments (xi) FAR 52.233-3, Protest after Award (xii) FAR 52.233-4, Applicable Law for Breach of Contract Claim (xiii) FAR 52.252-2 Clauses Incorporated by Full Text (website provided http://farsite.hill.af.mil). Applicable DFARS clauses: DFARS 252.201-7000 Contracting Officer's Representative, DFARS 252.204-7004 Central Contractor Registration Alternate A, DFARS 252.211-7003 Item Identification Valuation, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following DFARS clause is considered checked and is applicable to this acquisition: DFARS 252.232-7003 Electronic Submissions of Payment Requests. Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFAR 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payments. 5152.209-4000 DoD Level Antiterrorism (AT) Standards, (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. 5152.233-4000, AMC-Level Protest Program (Nov 2008), If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. DC Army National Guard USPFO Purchasing & Contracting 189 Poremba Court SW, Washington, DC. 20373 Facsimile number (202)685-7849 (xiv) Submission of quotes on the Schedule B shall be forwarded NLT Wednesday, 07 May, 2012, 4:00 PM EST. (xv) Submit signed and dated quotes to CW3 Rendell Long via email to: rendell.lettel.long@ng.army.mil on or before the exact time specified in this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49/W912R1-12-P-0029/listing.html)
- Place of Performance
- Address: Fort Leavenworth KS, Fort Leavenworth, Kansas, 66027, United States
- Zip Code: 66027
- Zip Code: 66027
- Record
- SN02742536-W 20120510/120508235728-9aca70736bc03770c70973295404f08a (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 |