Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2015 FBO #4963
MODIFICATION

V -- Lodging - US Special Operations Command - South (SOCSOUTH) Homestead, FL.

Notice Date
6/24/2015
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Miami Division (PARC Americas 410th CSB), ATTN: SOBO-DC, 8300 NW 33 Street, Suite 110, Miami, FL 33122-1940
 
ZIP Code
33122-1940
 
Solicitation Number
W91QEX15QLODG
 
Response Due
6/29/2015
 
Archive Date
8/23/2015
 
Point of Contact
Paul Negrido, 305-437-2661
 
E-Mail Address
Miami Division (PARC Americas 410th CSB)
(paul.f.negrido.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
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 in accordance with Federal Acquisition Regulation (FAR) Streamlined Procedures Commercial Items. This announcement constitutes the only Request for Quotations (RFQ); a written solicitation will not be posted. The reference RFQ number is W91QEX-15-Q-LODG. Provisions and clauses in effect through Federal Acquisition Circular 2005-78 are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at http://farsite.hill.af.mil/. The NAICS Code is 721110 Hotels (except Casino Hotels) and Motels, with a size standard of $30M. There are no set-asides for this requirement and is competed full-and open. All qualified vendors are encouraged to submit a proposal. US Special Operations Command - South (SOCSOUTH) has a requirement for lodging in Homestead, FL in support of PANAMAX-15 exercise at SOCSOUTH. The period of performance is from 26 July 2015 through 6 Aug 2015. The requirement includes lodging for 21 personnel for 11 nights starting on 26 July 2015 and checkout date of 6 Aug 2015. PLEASE SEE attached Performance Work Statement (PWS) for details. CLAUSES: 52.204-8 Annual Representation and Certifications 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation-Commercial Items - Evaluation Award will be made to the lowest priced responsible offeror meeting all requirements of the Statement of Work. 52.212-3 Offeror Representations and Certifications- Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (July 2014), the following clauses apply and are incorporated by reference: 52.203-3 Gratuities, 52.219-1 Small Business Program Representations 52.219-6 Notice of total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 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 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans and 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 -System for Award Management 52.232-36 Payment by Third Party 52.232-39 Unenforceability of Unauthorized Obligations 52.244-6 Subcontracts for Commercial Items 52.247-34 F.O.B. Destination The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.247-7023 Transportation of Supplies by Sea. 252.232-7006 Wide Area WorkFlow Payment Instructions RFQ INSTRUCTIONS: The government intends to award a firm fixed price contract. Offerors shall be registered in the System for Award (SAM) database. An offeror not registered or not in possession of a valid SAM registration will be considered non-responsive and ineligible for award. Quotes shall be submitted by email only as a MS Word or Adobe PDF document. Quotes are due by 09:00AM Eastern Standard Time on 29 June 2015. Any questions must be submitted in writing to Paul Negrido / paul.f.negrido.civ@mail.mil / 305-437-2261. Performance Work Statement (PWS) Homestead ARB, Homestead FL. PANAMAX-15 Exercise 26 July, 2015 - 6 August, 2015 Lodging Facility 1. INTRODUCTION: This Performance Work Statement (PWS) details the lodging requirements in support of the quote mark PANAMAX-15 exercise to be held between 26 July 2015 - 6 August 2015, in Homestead Air Reserve base. 1.1Period of Performance (POP): 26 July 2015 - 6 August 2015 1.2 PLACE OF PERFORMANCE: Hotel lodging services shall be at the incumbent hotel. 2. HOTEL REQUIREMENTS. 2.1. Hotel Location: The Contractor shall provide the contractor accommodations in a safe and secure location which has passed a United States Department of Defense security assessment. The Contractor shall be located in the metropolitan area within five (5) miles of the SOCSO Headquarters in Miami, FL. The Contractor shall provide only lodging services. 2.2. Hotel Security/Inspection: The Contractor shall provide accommodations that have a modern professional system of internal and external security to include cameras strategically located to monitor the interior and exterior of the hotel. The Contractor shall heighten security posture starting the morning before the arrival of the first guests and shall continue until the last guest departs on August 6, 2015. 2.3. Hotel Representative: The Contractor shall provide a representative to act as a liaison with the US Government Representative (USGR). The Contractor representative shall be of sufficient authority to resolve issues as they arise and shall be available during the period of contract performance. The Contractor shall provide a list of on-call hotel points-of-contact who have the authority to resolve issues affecting their areas of support. 2.4. Hotel Service Breakdowns: The Contractor shall ensure that any maintenance or repairs of hotel equipment, to include: guest rooms, elevators, kitchen equipment, etc., shall be corrected immediately at the contractor's expense without further cost to the US Government (USG) to ensure the success of the conference and the meals served therein. In the event of power failure(s), the Contractor shall provide back-up power sources. All equipment shall be repaired within one (1) hour or replaced within two (2) hours of reported malfunction. 2.5. Excluded from Contract: The USG will not pay for movies, mini-bars, laundry room service, telephone calls from or charged to guest rooms, or any other hotel charges other than those specifically provided for in this contract. Laundry, movies, mini-bars, service charges, etc. must be itemized separately on service bills. Hotel guests shall be responsible for all legitimate charges appearing on their lodging statements. The Contractor's staff shall inform guests during check-in which services shall not be covered by the USG. The Contractor's staff should request a credit card from guests upon check-in. Charges not covered by the conference are to be resolved between the guests and the hotel. 3. LODGING: 3.1. Lodging: Total contracted room nights (231): The Contractor shall provide lodging for 21-Host National personnel (one room per person) for 12-days. Table 1: Lodging DATE Jul 26 2015 through 6 Aug 2015 Total Rooms Nights: 231 (21 rooms per day) 3.2 QUALITY STANDARDS FOR ROOMS. All rooms shall include: high standard of hygiene, private bath with full toilet and shower facilities, hot and cold running water, clean linen on a daily basis, electricity, color television with cable, internet service, and appropriate furniture. All regular hotel guest facilities and amenities, to include the hotel business center and the exercise facilities, shall be made available for conference attendees free of charge as long as they are registered in the hotel. Housekeeping shall be conducted on a daily basis in all spaces rented by the USG. 3.3 OFFICIAL GUESTS. The USGR will identify all individuals for whom it will be contracted lodging by submitting a quote mark by name quote mark list highlighting the contracted rooms. The Contractor's staff shall request a credit card from all guests upon check-in. The USG will only pay for used, contracted rooms. The USG will not pay for blocked rooms or last minute cancellation fees of the non-contracted rooms. Charges not covered by the contract are to be resolved between the guests and the hotel. 3.4 ROOM LIST. The USGR will furnish the Contractor a guest roster by name and rank no later than five (5) business days before the first day of the event. However, due to military interest and mission, the USGR may change the names of our guest up to the day of occupation. Please note that the only personnel authorized to change names are the USGR and the Contracting Officer (KO). 3.5 CHECK-IN/CHECK-OUT. The Contractor shall allow guests an early check-in time on arrival day and late check-out on departure date at no extra cost. Conference participants wishing to extend their stay in the hotel must check-out within the designated check-out time on the specified end date. These guests are fully responsible for any incurred expenses during their extended stay. 4. MEALS. 4.1. No meals are authorized under this contract. 5. TRANSPORTATION. 5.1. No transportation services authorized under this contract. 6. ADDITIONAL REQUIREMENTS. 6.1 MAINTENANCE. Quality and accuracy of product and services: IAW FAR 12.208 the USG shall rely on the contractors existing quality assurance systems. The Contractor is responsible for ensuring the quality and accuracy of its product and services are maintained, including making any requested correction or changes, at no cost to the USG. The Contractor shall ensure that all equipment and services are in proper working order throughout the contract period. All scheduled maintenance shall be performed prior to the start of this contract. Any unscheduled maintenance shall be performed and breakdowns corrected within two (2) hours or they shall be substituted. 6.2 US Government's Representative. The USG will provide a USGR to coordinate administrative, logistical and miscellaneous issues with the contractor. The USGR shall not make any changes to the terms, conditions, standards, or cost of the contract. The USGR has authority to provide technical direction to the Contractor as long as the direction is within the scope of the contract, does not constitute a change of scope, and has no funding implications. 6.3 APPLICABILITY: Guests of the hotel will be foreign partner nation participants invited by the US Government. 6.4 CANCELLATIONS/ ADDITIONS. The USG may change the requirement with a 24-hour notice with no penalty. The USG will only pay for actual services received. 6.5 CHANGES TO CONTRACT. The only person authorized to make changes to the contract is the Contracting Officer (not the Designated Government Point of Contact). Failure to clear changes in contract with the Contracting Officer will result in Contractor not receiving compensation for costs incurred. Accordingly, the Contracting Officer will be notified prior to any additional services performances and a contract modification should be issue to the Contractor (changes in cost to the Government). The Contractor shall only take change orders from the Contracting Officer. Purchases or changes from unauthorized persons may result in the Contractor not receiving payment for costs incurred. 6.5.1It is emphasized that only a Contracting Officer has the authority to modify the terms of the contract, therefore, in no event will any understanding, agreement, modification, change order, or other matter deviating from the terms of the basic contract between the contractor and any other person be effective or binding on the Government. When/if, in the opinion of the contractor, an effort outside the existing scope of the contract is requested, the contractor shall promptly notify the Contracting Officer in writing. No action shall be taken by the contractor under such direction unless the Contracting Officer has issued a contractual change or otherwise resolved the issue. 6.6 PRICE QUOTES. Prices shall be all inclusive. Local taxes and Federal taxes need to be outlined separately since the Government is a tax exempt organization. NOTE: Offerors are required to be registered with the SAM database to receive a Government contract award. Offerors may register with SAM at http://www.sam.gov/. NOTE: Offers will not be accepted from third party agencies. Offers will be accepted directly from Lodging Facility providers only. In accordance with the PWS requirements, the successful offeror shall provide a point of contact of sufficient authority to authorize changes. In order for this and other PWS requirements to be met, the Government must maintain privacy of contract directly with Lodging facility providers. Offers from third parties shall be considered non-responsive and will be excluded from consideration for award. NOTE: The Contractor shall not cite conference names, conference locations, pictures or any other Government information on any website to include their company website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e0fb77ad0fa1af270f8c36634d6c097b)
 
Record
SN03775206-W 20150626/150624235601-e0fb77ad0fa1af270f8c36634d6c097b (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.