(II) Solicitation W91364-16-R-0009 is issued as a Request for Proposal (RFP).
(III) This requirement is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88 Effective 16 May 2016.
(IV) This procurement is Small Business Set A Side however, if two or more proposals are not received from small business concerns, offers from large business concerns will be considered. The NAICS code is 541519 and the small business size standard is $27.5 Million. The following commercial items are requested in this solicitation:
(V) SCHEDULE OF SUPPLIES/SERVICES:
CLIN 0001: The Ohio Army National Guard has a Military Billeting and Training Facility, with 102 billeting rooms, 6 open bays, 16 classrooms, 1 distance learning center/computer lab, dining facility, auditorium and drill floor that is used by several entities. The facility is located at Defense Construction Supply Center (DSCC), 3990 E. Broad St. Bldg. #1 Columbus, OH 43213. A room reservation program will be required to reserve rooms/facility, track occupancy, plan room/linen/facility cleaning schedules, and track maintenance requirements.
-SEE ATTCHED STATEMENT OF WORK FOR DETAILS-
(VI) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this
solicitation.
(VII) Proposal will be technically evaluated for conformance with the requirements of paragraph. Technical acceptance will be determined on a pass/fail basis. The government intends to award a contract to the lowest priced technically acceptable proposal without discussions. The government, however, reserves the right to conduct discussions if deemed in the best interest of the government.
(VIII) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://sam.gov/.
(IX) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation.
(X) The following clauses in their latest editions apply to this acquisition:
FAR
52.204-7 System for Award Management
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
52.212-2 Evaluation-Commercial Items (see statement of work).
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-Corporation with Authorities and Remedies.
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers With Disabilities
52.222-50 Combating Trafficking in Persons
52.225-13 Restrictions on Certain Foreign Purchases
52.232-18 Availability of Funds
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
DFARS
252.201-7000 Contracting Officer's Representative
252.203-7000, Requirements Relating to Compensation of Former DOD Officials.
252.203-7005, Representation Relating to Compensation of Former DOD Officials
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7009 Limitations on the Use or Disclosure of Third Party Contractor Information
252.204-7011, Alternative Line Item Structure
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony
Conviction under any Federal Law-Fiscal Year 2014 Appropriations
252.211-7003 Item Unique Identification Valuation
252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations
252.225-7035 ALT I Buy American - Free Trade Agreements-Balance of Payments Program Certificate (ALT I)
252.232-7003, Electronic Submission of Payment Requests
252.232-7010, Levies on Contract Payments
52.252-2 -- Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil
Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the
solicitation and the resulting contract.
(XI) All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: http://www.FBO.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on this web site. They will be contained in the in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below not later than, 3:00PM EDT, 8 June 2016. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in SAM (http://www.sam.gov).
Proposals are due to the USPFO For Ohio Purchasing Contracting Office, 2811 West Dublin-Granville Rd, Columbus OH 43235-2811, by 10:00 A.M. EST, 14 June 2016. All responsible sources may submit a response which, if timely received must be considered by the agency. Emailed proposals will be accepted and is the preferred method, email questions and proposals to: [email protected]
Questions regarding this proposal must be submitted in writing (email) to [email protected]