MODIFICATION
V -- Yellow Ribbon Event at Hershey, PA 31 Jan - 3 Feb 2013; Lodging and Hotel Services Required.
- Notice Date
- 1/24/2013
- Notice Type
- Modification/Amendment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- MICC - Fort Dix (RC - East), 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
- ZIP Code
- 08640-5097
- Solicitation Number
- W911S113T0059
- Response Due
- 1/28/2013
- Archive Date
- 3/25/2013
- Point of Contact
- Dawn N. Eakins, 609-562-2360
- E-Mail Address
-
MICC - Fort Dix (RC - East)
(dawn.n.eakins.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This is a 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 announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. W911S1-13-T-0059. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-61. The North American Industry Classification System Code (NAICS) for this acquisition is 721110, Hotels (except Casino Hotels) and Motels, with a size standard of $30M. The proposed contract is 100 percent set aside for small business. Contractor must be registered in the System for Award Management (SAM) database prior to submitting an invoice and through final payment of any contract resulting from this solicitation. A contractor can contact SAM by calling 1-866-606-8220 or locate registration information at www.fsd.gov. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil/ BASIS OF AWARD: Award shall be made to a single offeror. Quotes must include prices for each item listed in order that quotes may be properly evaluated. Failure to do this shall be cause for rejection of the entire quote. Award shall be made to that responsive offeror whose price is lowest, and technically acceptable meeting the stated specifications in Attachment 2. The following provisions and/or clauses apply to this acquisition: FAR/DFARS PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items; Addendum to FAR CLAUSE 52.212-1 which deletes Paragraphs (d), (e), (h), and (i) from FAR 52.212-1; 52.252-1 (http://farsite.hill.af.mil or http://www.arnet.gov/far), 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (DEVIATION 2012-O0004) (JAN 2012) apply to this acquisition. Offerors shall complete 1) the annual representations and certificates electronically at http://orca.bpn.gov or include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications; and 2) DFARS 252.209-7999 FAR 52.212-3 and DFARS 252.209-7999 are included as Attachment 3. FAR CLAUSES: The clause at 52.212- 4 applies to this acquisition and the following addendum applies: The following paragraphs are hereby deleted from the FAR Clause 52.212-4: (h) and (n); 52.204-99, 52.222-50, 52.232-99, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses; 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-34, 52.222-41, 52.222-42, apply to this acquisition. Local Clause 5152.233-4000 AMC-Level Protest Program (NOV 2008) is applicable to this acquisition (see http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. for procedures.) DFARS CLAUSES: The clauses at 252.201-7000, 252.203-7002, 252.204-7003, 252.232-7010 and 252.246-7000 apply to this acquisition along with the following, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, including the following sub-clauses; 252.203-7000, 252.232-7003, 252.247-7023 Alt III Quotes must be received by 4:00 P.M. Eastern Standard Time (EST) on 28 January 2013. Attachment 1, Bid Schedule, shall be used for price quotes and submitted along with a copy of the lunch menu and sub contracting agreement(only if offeror is a third party vendor) Quotes may be emailed to MAJ Dawn Eakins at dawn.n.eakins.mil@mail.mil or faxed to (609) 562-3625. An official authorized to bind your company shall sign the quote. Attachment 4 includes the performance work statement (PWS) and the applicable Service Contract Act wage determination Interested parties are under no obligation to submit quotes through any third party. All parties may submit directly to the location identified above. This contracting office is not using the services of a third party to solicit quotes for this requirement. Third parties submitting a quote shall include a fully executed sub-contracting agreement for the proposed property/properties. The agreement shall be on official hotel letterhead and include information which identities the responsibilities of each entity. The agreement shall demonstrate the existence of a relationship between firms and their agreement to provide the services required under this acquisition. The agreement shall include both the signature of the third party and the authorized representative of the property. Failure to submit this documentation my result in the offeror being determined non-responsive. IF HOTEL NAME AND TEAMING AGREEMENT ARE NOT PROVIDED BY CLOSE OF RFQ, THE QUOTE WILL NOT BE CONSIDERED. The hotel presented to the Government must be Federal Emergency Management Agency (FEMA) approved.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/82fdb3b4c742e83e23ec4c8a8bcc9ea3)
- Place of Performance
- Address: MICC - Fort Dix (RC - East) 5418 South Scott Plaza, Fort Dix NJ
- Zip Code: 08640-5097
- Zip Code: 08640-5097
- Record
- SN02972054-W 20130126/130124234845-82fdb3b4c742e83e23ec4c8a8bcc9ea3 (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 |