The RFP Database
New business relationships start here

Lodging - Fort Stewart, GA


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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; quotes are being requested and a written solicitation will not be issued.

Solicitation Number: W15QKN-16-T-1252 solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-87, 06 April 2016.


(i) This solicitation document is issued as a Request for Quote for lodging services within a 10 mile radius of Fort Stewart, GA.


SEE ATTACHED PERFORMANCE WORK STATEMENT & SCHEDULE B.


Period of Performance: 05 June 2016 through 18 June 2016


(ii) Notice of Total 100% Small Business Set-Aside for the Solicitation. The associated NAICS code is 721110, with size standard of $32.5M.


(iii) The requirement shall be Firm Fixed Price (FFP).


(iv) Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. Addendum to 52.212-1 Instructions to Offerors--Commercial Items FEB 2012: Paragraphs (d), (e), (h), and (i) are hereby deleted from the above referenced provision.


a. All questions shall be in writing. Questions shall be e-mailed to Jake Perrotta at jake.r.perrotta.civ@mail.mil.


b. Quotes may be e-mailed to Jake Perrotta at jake.r.perrotta.civ@mail.mil.


c. PLEASE SUBMIT QUOTES BY 1100EST 01 June 2016. Please ensure quoted price extends out to 30 calendar days.


d. Contractors shall quote on all CLINS. Line Item pricing shall include all applicable taxes, fees, gratuities, commissions, services charges, etc. The federal government is tax exempt.


e. The contractor shall be registered in the System for Award Management at sam.gov. Please ensure your representations and certifications are not expired.


f. Include the following information with quote provide:


1)Dun and Bradstreet #__________________________
2)CAGE(commercial and government entity code___________________
3) Federal Tax ID __________________


g. The hotel presented to the Government must be Federal Emergency Management Agency (FEMA) approved. Certification must be provided with the quote.


h. Third Party Information:


The contractor must provide Point of Contact (POC) at the facility from commencement to conclusion of dates in the resultant contract. This person cannot be an employee of the hotel if the quote is submitted by a third party vendor. This person must be an employee of the company submitting the offer. The name of the POC, email and telephone number must be submitted with their quote. The POC cannot be changed without prior written approval from the Contracting Office.


POC: _______________________________
Telephone No.______________________
Email: ____________________________


For quotes submitted by Third (3rd) Party Vendors, the following must be submitted with the quote. Failure to provide this information with your quote may deem your quote non-responsive/unacceptable. The hotel facility provided must meet the Government's requirement and must address the provisions and specifications of this solicitation. The Third Party Vendor must submit documentations to reflect an agreement or contract between the prime contractor (hotel) and the 3rd party vendor. The agreement must be fully executed by both parties and shall be verified by the Contracting Officer prior to award. If not fully executed, the contractor will not be considered for award. Only ONE QUOTE will be accepted by the Government from each offeror.


(v) Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition and or Basis of Award.


In accordance with FAR 52.212-2, the Government intends to make an award to the Contractor who submits the Lowest Price Technically Acceptable quote, and is deemed responsive and responsible by the Contracting Officer. The anticipated award will be a Firm Fixed-Price contract. Offerors must submit quotes on the full quantity identified. Failure to submit all information requested in the instruction to offerors could be cause for rejection of the entire quote. The Contracting Officer reserves the right to make no award under this procedure.


The evaluation of quotes will be based on the following factors:


a. Technical: A facility assessment consist of cleanliness, security, amenities, and conformance with the Performance Work Statement /solicitation terms and conditions and any specified radius requirement.


b. Price: Pricing for each line item must be submitted in the proper format. The proper format consists of QUANTITY * UNIT AMOUNT = NET AMOUNT. In the event there is a difference between a unit price and the extended total, the unit price will be held to the intended price. If the offeror shows only the total price but fails to enter a unit price, the total divided by the estimated quantity will be held to be the intended price.


Past Performance will be evaluated on a pass/fail basis.


(vi) Provision at FAR 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offfers are to include a completed copy). The contractor shall be registered in the System for Award Management.


(vii) Invoicing and Payments (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 item numbers (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.


(viii) The following Federal Acquisition Regulation (FAR) clauses apply to this acquisition:


52.202-1 Definitions NOV 2013
52.204-7 System for Award Management JUL 2013
52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011
52.204-13 System for Award Management Maintenance JUL 2013
52.212-1 Instructions to Offerors--Commercial Items OCT 2015
52.212-3 Offeror Representations and Certification--Commercial Items MAR 2016
52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015
52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011
52.232-23 Assignment Of Claims MAY 2014
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013
52.233-1 Disputes MAY 2014
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.244-6 Subcontracts for Commercial Items FEB 2016
52.252-2 Clauses Incorporated By Reference FEB 1998


52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil): 52.204-10, 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L.109-282) (31 U.S.C. 6101 note); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note); 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644); 52.219-28, 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246); 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793); 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O.
13513); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332); 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67); 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67);


52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm


(ix) The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this acquisition:


252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense- Contract-Related Felonies DEC 2008
252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013
252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011
252.204-7000 Disclosure Of Information AUG 2013
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.225-7031 Secondary Arab Boycott Of Israel JUN 2005
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7010 Levies on Contract Payments DEC 2006
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013
252.243-7001 Pricing Of Contract Modifications DEC 1991
252.246-7000 Material Inspection And Receiving Report MAR 2008
252.247-7023 Transportation of Supplies by Sea APR 2014


(x) Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition:


52.232-4006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) is incorporated as an attachment on Federal Business Opportunities.


52.228-4000 REQUIRED INSURANCE OCT/2010 is incorporated as an attachment on Federal Business Opportunities.


(xi) Applicable Service Contract Act Wage Determination. Wage Determination has been incorporated as an attachment on Federal Business Opportunities.


AMENDMENTS: Vendors are responsible to check the website below for amendments and changes to this solicitation via the Federal Business Opportunities website at https://www.fbo.gov.


Jake R. Perrotta, Contract Specialist, Phone 6095622703, Email jake.r.perrotta.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP