View Details for Buy # 905368 General Buy Information Buy #:
905368
Solicitation #:
11132377
Buy Description :
Lodging
Category :
V -- Transportation, Travel, and Relocation Services
Sub Category :
V231 -- Lodging - Hotel/Motel
FedBizOpps Solicitation :
No
Set-Aside Requirement :
Small Business
Buyer :
MICC Fort Gordon
End Date :
01/18/2018
End Time :
16:00 ET
Seller Question Deadline:
No Seller Question Deadline Set
Delivery:
Special Delivery Instructions - See Line Item Description
View Question & Responses
Line Item(s) Template - Optional You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to FedBid and click Start Bid. Proceed to the Line Items screen to upload the information. DOWNLOAD TEMPLATE
Line Item(s) Item No
Description
Qty
Unit
001
The vendor shall provide lodging to support the 75th Combat Support Hospital. The contractor shall provide 16 double rooms for the nights of 8-12 February 2018 . Total nights equal 4. Total room nights equal 64. The Government will only pay for rooms used. Rooms shall be held and ready for early Check-In on 8 February 2018, and check-out morning of 12 February 2018. This is standard check-in and standard check-out on times. The room rate cannot exceed the joint travel regulation per diem rate for Rochester, MN 55904 with authorized per diem rate. All rooms will be "smoke-free" rooms. The US Government (USG) will only pay for the rooms it actually uses and there may be some attrition. At the end of the event, the contractor must accurately identify the number of rooms the USG actually used and this figure will determine the final price for this event. Although this is a FFP contract, the final price may be downwardly adjusted to reflect what goods and services are actually used. LOCATION OF TRAINING: The Mayo Clinic is located at 200 1st St SW, Rochester, MN 55902.
1
LOT
Bidding Requirements Instructions Seller Attachment(s): In addition to providing pricing through the marketplace, Sellers MUST include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following nonpricing information: PROVIDE ALL DOCUMENTATION (HOTEL AGREEMENT, INS., PROPOSAL, REPS AND CERTS, FELONY INFORMATION, etc.) Open Market: Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements. Purchase Description Determined by Line Item: The solicitation requires that Buyer evaluates bids on a line item basis; therefore, each line item will include applicable evaluation criteria. For all line items, Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered. Minimum Bid Decrement is $10: The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum. Purchase Order, Delivery Order, or Purchase Card: Buyer intends to issue award using a purchase order, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace. Set-Aside Requirement: This solicitation is a Small Business set-aside and only qualified Sellers can bid. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Evaluation Criteria/Basis of Award: Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Default Terms: Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.) Special Delivery Instructions: The Buyer has provided special instructions for delivery – See Line Item Description.
Buy Terms Name
Description
Request For Quotation
"Wherever the words ""offer"", ""proposal"", ""offerors"", or similar terms are used in this solicitation, they shall be read to mean ""quote"", ""quotation"", ""quoter"", ""vendor"" or similar corresponding term to reflect that this solicitation is a request for Quotations, not a Request for Proposals or an Invitation for Bids."
FAR Provisions
The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
FAR Clauses
The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far.
DFARS Clauses
The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
SAM Requirement
This solicitation requires registration 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.
ORCA Requirement
Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov.
Equipment Condition
New equipment ONLY, NO remanufactured or used products. No "GREY" market items.
Offer Period
Bid MUST be good till 30 September 2017
Shipping Condition
FOB Destination CONUS (CONtinental U.S.)
Shipping Information
No partial shipments unless otherwise specified at time of order
WAWF
In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports , the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF . Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL
NAICS Code Requirement
NAICS Code _____ must be present in vendor SAM account prior to contract award
CLAUSE 252.213-7000:
Notice to Prospective suppliers on Use of Past Performance Information Retrieval System.
Hotel Rating
The hotel must enjoy at least a three star rating or four star rating as established by AAA. No high crime area will be considered. History of hotel will be considered in evaluation of lodging stay.
Hotel Distance
The selected lodging vendor or third party vendor must provide a hotel, which is located within a 10 mile radius from the address of training.
Vendor Requirements
VENDOR MUST BID ON EACH CLIN AND PROVIDE ALL DOCUMENTATION (HOTEL AGREEMENT, INS., PROPOSAL, REPS AND CERTS, FELONY INFORMATION, etc.) TO BE RESPONSIVE. YOU MUST HAVE ALL REQUIRED ATTACHMENTS TO BE CONSIDERED. PROPOSED HOTEL MUST NOT BE A HIGH CRIME AREA.
Vendor Requirements 2
BUY TERM: NO TAX EXEMPT FORMS WILL BE PROVIDED, WE DO NOT PAY TAXES. ALL ASSOCIATED COSTS SHOULD BE INCLUDED IN PRICING. NO EXEMPTIONS. DO NOT SUBMIT 1 NIGHT @$.... YOU MUST BID ENTIRE LENGTH OF STAY.
Shipping Information City
State
Zip Code
Special Shipping Instructions
Buy Attachment(s) No .
Document Name
Document Size
There are no attachments.
© 2001- 2018 FedBid Inc., All Rights Reserved
Toll-free: 877-933-3243 | Accessibility Information | Privacy | Terms | Feedback | Contact Us