SOLICITATION NOTICE
V -- HOTEL ROOMS- WINDSOR LOCKS, CT
- Notice Date
- 3/15/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for New Jersey, 3601 Technology Drive, Room 112, Ft Dix, New Jersey, 08640
- ZIP Code
- 08640
- Solicitation Number
- W912KN-18-Q-0007
- Point of Contact
- John M. Moreland, Phone: 609-562-0251
- E-Mail Address
-
john.m.moreland.mil@mail.mil
(john.m.moreland.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The USPFO New Jersey National Guard, in accordance with Federal Acquisition Regulation (FAR) Part 13 Simplified Acquisition Procedures, is requesting quotes for the following service: HOTEL ROOMS CLIN 0001: 51 Dual Occupancy Rooms- 12 APR 18 CLIN 0002: 51 Dual Occupancy Rooms- 13 APR 18 CLIN 0003: 51 Dual Occupancy Rooms- 14 APR 18 List Unit Price and Total Amount in each CLIN. SCOPE OF WORK: Hotels will need to be within 5 miles of The New England Disaster Training Center, Camp Hartell, Windsor Locks, CT 06096. Elements need to be housed in the same hotel for transportation needs; if separate hotels are needed they must be within walking distance, less than 2 miles from each other. Location Information: Windsor Locks, CT Evaluation Factor is based on price. This requirement is a Small Business Set Aside; the NAICS Code is 721110. SAM Requirement: Registration required with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7003, 252.232-7006 apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, vendors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. Commercial Items Terms and Conditions: The selected offeror must comply with the following item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items; FAR 52.212-4, Contract Terms and Conditions- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. All applicable clauses are on the attached solicitation. The following provisions are incorporated into this solicitation by reference: FAR 52.208-9, Contractor Use of Mandatory Sources of Supply and Services FAR 52.212-1, Instructions to Offerors - Commercial DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons DFARS 252.225-7050, Disclosure of Ownership by the Government of a Country that is a State Sponsor of Terrorism The following clauses are incorporated into this solicitation by reference: FAR 52.203-3, Gratuities FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7008, Use of Government-Assigned Serial Numbers DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments Program 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 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses. (All Representations and Certifications shall be completed within contractor's Systems for Award Management (SAM) profile on www.sam.gov.) FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS 252.225-7035, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program Certificate DFARS 252.247-7022, Representation of Extent of Transportation by Sea The following clauses are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Please submit any questions by email to MAJ John Moreland at john.m.moreland.mil@mail.mil. ALL QUOTES MUST BE SUBMITTED BY EMAIL; NO OTHER METHODS WILL BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28/W912KN-18-Q-0007/listing.html)
- Place of Performance
- Address: Windsor Locks, Connecticut, United States
- Record
- SN04855599-W 20180317/180315231445-d8f7ce09911dcae2210e9550d1356350 (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 |