ORNG CERFP Lodging
This amendment is for changes in quantity, dates of performance and response date. See combo synopsis for changes. Acknowledge the amendment with your quote. Notice type: Combo Synopsis Posting date: ... This amendment is for changes in quantity, dates of performance and response date. See combo synopsis for changes. Acknowledge the amendment with your quote. Notice type: Combo Synopsis Posting date: September 27, 2019 Response date: October 17, 2019 Class Code: V231 NAICS: 721110: Hotels (except Casino Hotels) and Motels Solicitation #: W912JV20Q2002 Place of Performance: Within 10 mile radius of 6801 NE Cornfoot Rd. Portland, OR 97218 SET Aside- Total Small Business Contracting Office Address: United States Property and Fiscal Office, ATTN: USPFO-P, 1776 Militia Way/PO Box 14350, Salem, Oregon 97309-5047 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. The solicitation is No. W912JV20Q2002 and is issued as a Request for Quote (RFQ). Request for Quotes are due by October 17, 2019 11:00 a.m. (PST). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. National American Industry Classification System (NAICS) code for this acquisition is 721110. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following services: 52.232-18 -- Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. I. Specifications, Requirements and Address SPECIFICATIONS: The 102nd CERFP of the Oregon National Guard requests a vendor to provide lodging as outlined below in order to attend training at the Portland Air National Guard Base (PANG) as outlined below. Location: Within 10 mile radius of 6801 NE Cornfoot Rd. Portland, OR 97218 Period of Performance: Thursday, October 31st, 2019 Friday, 1 November 2019 Saturday, 2 November 2019 Thursday, 7 November 2019 CONTRACT LINE ITEM NUMBER (CLIN) Structure: CLIN 0001 Provide Double Occupancy Hotel Rooms - one (1) job Provide Eleven (11) Double Occupancy hotel rooms on October 31, 2019 in accordance with the PWS CLIN 0001 Total tiny_mce_marker ____________________________________________ CLIN 0002 Provide Double Occupancy Hotel Rooms - one (1) job Provide Thirty (30) Double Occupancy hotel rooms on November 1, 2019 in accordance with the PWS CLIN 0002 Total tiny_mce_marker ____________________________________________ CLIN 0003 Provide Double Occupancy Hotel Rooms - one (1) job Provide Thirty (30) Double Occupancy hotel rooms on November 2, 2019 in accordance with the PWS CLIN 0003 Total tiny_mce_marker ____________________________________________ CLIN 0004 Provide Double Occupancy Hotel Rooms - one (1) job Provide Twelve (12) Double Occupancy hotel rooms on November 7, 2019 in accordance with the PWS CLIN 0004 Total tiny_mce_marker ____________________________________________ CLIN 0005- Army Contractor Manpower Reporting Requirement (yearly requirement). Include price for this reporting requirement (see requirement below) or indicate "No Charge". 1 The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the National Guard Bureau (or your organization) via a secure data collection site. The contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2019. Contractors may direct questions to the help desk at http://www.ecmra.mil. 6.0.3 Unit Identification Code (UIC) for the Requiring Activity: W90KNA CLIN 0005 Total tiny_mce_marker _______________________________________ QUOTE TOTAL tiny_mce_marker ________________________________________ Requirements for your quote: Please submit a quote on your company letterhead showing a price per CLIN with the total price at the bottom. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. The award will only be made to an offeror that is all-inclusive of the requirements on this solicitation. Nightly rate must be at or below DoD/Government/GSA rate for Portland, Oregon which is $157.00 per night for November 2019. Contract will be awarded based on the following evaluation factors listed by priority: Largest number of rooms available in one hotel. Distance of rooms from location. Combination of types of rooms which results in the lowest cost to the government. Contracts will be awarded based on the number of quotes received, up to the number of personnel requiring lodging. ***WAGE DETERMINATION AND STATEMENT OF WORK IN ATTACHMENTS*** Quotes must be Firm Fixed Priced Clause 52.219-14 -- Limitations on Subcontracting By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for -- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. Evaluation Criteria: Award will be made to the lowest priced offeror that meets the minimum performance standards and is determined responsible in accordance with FAR Part 9. This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Offerors can submit their quote any time before the due date to: Spencer Winn Contract Specialist, USPFO for Oregon P&C spencer.r.winn.civ@mail.mil 503-584-3731 II. Statement of Work Oregon Army National Guard Lodging - November 1-2 and 8, 2019 Portland, Oregon (10 mile radius) 1.0 Overall Concept 1.1 The Oregon National Guard requests a vendor to provide conference space, catered meals, and lodging as outlined below in order to conduct a Yellow Ribbon Pre-Deployment Event and Resource Fair as outlined below. 1.2 Lodging requirements: Check In Date Duration Description Quantity November 1, 2019 One Night Double Occupancy 11 November 2, 2019 One Night Double Occupancy 71 November 8, 2019 One Night Double Occupancy 11 2.0 Lodging Requirements 2.1 November 1, 2019 • Eleven (11) double occupancy rooms for the night of November 1, 2019. 2.2 November 2, 2019 • Seventy One (71) double occupancy rooms for the night of November 2, 2019 2.3 November 8, 2019 • Eleven (11) double occupancy rooms for the night of November 8, 2019 3.0 Performance Standards 3.1. The contractor shall only furnish facilities, furniture, equipment, supplies, management, supervision, and labor for lodging accommodations to Soldiers of 102 Oregon CERFP who are attending training at Portland Air National Guard Base (PANG) 6801 NE Cornfoot Rd. Portland, OR 97218. No other U.S. Military Personnel will be covered by the scope of this document and contract. The dates of lodging stay are determined by the training dates set forth by 102 OR CERFP and are described in a lower section. 3.2. Provide smoke free double occupancy hotel rooms. The total number of Soldiers attending training may fluctuate and dependent upon the needs of the Army; however, it is estimated that lodging requirements will not exceed 80 persons. Ten (10) days prior to the arrival dates, the KO or POC will provide an initial lodging list of Soldier's names and room assignment to the contractor. At a minimum of five (5) days prior to the arrival dates, the KO or POC will notify the contractor of any updates to the lodging requirements. A minimum of one (1) day notification, prior to scheduled arrival, will be given of any cancellations without incurring a cancellation charge. Hotels must be within 10 mile radius of the main entrance gate to PANG. Contractor is authorized to use one or more partner hotels to accommodate total number of Soldiers should there be in issue with accommodating the number of Soldiers needing lodging. However, priority is for accommodating all personnel at one primary hotel. Exceptions require prior written approval by the KO, or their duly appointed representative. 3.3. Services may be required on other days than scheduled due to emergency situations, such as inclement weather and government shutdown. The KO will normally issue orders for required services in advance. Failure by the government to provide such advance notice or to modify the order once issued without providing additional notice will not be grounds for a claim for additional compensation by the contractor. Unscheduled services shall be at the same price as scheduled services. Rooms must be provided for consecutive days. Contractors may not move Soldiers from one room to another without prior approval from 102 OR CERFP. 3.5. No more than 140 Soldiers will require lodging services. This number is an estimate only, based on the best information currently available to the government. The contractor shall reserve requested rooms until 9:00 PM each evening. 3.6. The contractor shall provide a smoke-free lobby, breakfast area (free breakfast not required), and rooms. 3.7. Payment will be made for the actual number of rooms ordered, unless a room is canceled less than 24 hours prior to the scheduled arrival date. 3.8. Soldiers who arrive at the hotel on an earlier date than the scheduled arrival date or need to extend their stay beyond the set departure date will be responsible for all charges incurred prior to the scheduled arrival/departure dates (to include room charge). 3.9 Soldiers who need to depart at an earlier date than the scheduled departure date will not be responsible for any room charges incurred by the set departure date, nor the Government, providing at least 24 hour notice was provided to the lodging facility by the Soldier or 102 OR CERFP. 3.10. Illegal Acts. The contractor shall not knowingly condone illegal acts on the premises of his/her establishment. 3.11. Liability. Each guest, not the Government, assumes liability for any damage caused by them. 3.12. Quality Assurance. The Government requires the contractor performance to equal commercially acceptable practices in regard to Quality Assurance. 3.13. The KO, or his duly appointed representative, may inspect the contractor's facilities for compliance with state and local health, sanitation, and fire prevention standards and to ensure that accommodations are being furnished in accordance with the contract. Inspections may be announced or unannounced. 3.14. Courtesy. The contractor's employees shall be courteous to all persons served under this contract. Courtesy and services rendered shall be equal to that rendered to any other customer and expected of any public lodging facility. 3.16. Provide rooms at the government per diem rate or a standard favorable rate. 3.17 Federal government employees are exempt from state lodging taxes. Proof of federal employment will be provided by each individual upon check in. 3.18 We are unable to pay for parking. Please include in your quote if you will provide free parking for our guests. 4.0 Specific Tasks 4.1. Two (2) Soldiers will be assigned per room at all times. The KO or POC will provide the Contractor a list of room assignments for Soldiers at least ten (10) days prior to the set arrival dates. If the list of Soldiers who require lodging presents an odd number then 102 OR CERFP will identify the Soldier to the lodging facility who will be the single occupant in a double occupancy room. The number of double occupancy rooms required will be defined by this list 4.2. In case of emergency, the contractor will be permitted to move Soldiers to another room, or extreme case, to another facility or hotel. This will be permitted on an emergency basis only and requires prior approval by the COR or KO. If the emergency is such that prior approval cannot be obtained, the contractor shall notify the KO or COR as early as possible on the following work day. Over booking by the hotel does not constitute an emergency. Examples of what constitutes an emergency are as follows: 4.2.1. Rooms become uninhabitable due to storm or fire damage. 4.2.2. Water or electricity not available in requested rooms 4.3. Provide accommodations, services, and privileges normally extended to any guest of the establishment shall also be given to Soldiers staying at the establishment. 4.4. The contractor shall provide wake-up service as normally provided to other guest. 4.5. Housekeeping. The contractor shall maintain a clean and healthy environment. The government requires, commercial health and safety standards be provided. 4.6. Fire and Safety. The contractor shall comply with all applicable federal, state, and local fire and safety codes and regulations. 4.7. Miscellaneous Services. 4.7.1. The government will not be responsible for any miscellaneous charges incurred by Soldiers. The contractor shall explain to each person that miscellaneous charges (such as telephone charges, pay-per-view movies, room service, meals, etc.) are not covered by the contract and will be charged to and paid by the individual. 4.7.2. Accompanying Personnel. The government is under no obligation to provide services for accompanying personnel, such as a spouse or friend of the Soldier. Charges for accompanying personnel shall be handled by agreement between the contractor and the individual(s). If an accompanying person is lodged with a Soldier, the government shall be charged only for the Soldier's portion of a room. 4.8 Security. The contractor must provide security within commercial standards. 5.0 Security Requirements 5.1 All service providers shall be able to provide a valid driver's license, valid vehicle registration, and valid vehicle insurance to base security in order to gain access before gaining access to the site. All personnel will be subjected to a Law Enforcement Data System (LEDS) Background check. All individuals with unfavorable background checks will be banned from the installation. All contracted employees and subcontracted employees will be required to pass the required training below in order to come and go off site or maintain onsite for the duration of the requirement. 6.0 Antiterrorism/Operations Security Requirements 6.1 AT Level I Training: All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR and to the contracting officer, within ten (10) days of award. AT Level I awareness training is available at the following website: http://jko.jten.mil. 6.2 iWATCH Training. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. There will be an AT/OPSEC handout for the contractor to review and a student log for the contractor to sign to complete this requirement. This training shall be completed and the results reported to the COR and the contracting officer within ten (10) days of award. 7.0 Contracting Manpower Recording Act (CMRA): 7.1 The Contractor shall report ALL Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the National Guard Bureau via a secure data collection site. 7.2 The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at http://www.ecmra.mil 7.3 Unit Identification Code (UIC) for the Requiring Activity: W90KNA 7.4 Issuing Office DoDAAC: W912JV 8. Quality Control (QC): The contractor shall develop and maintain an effective quality control program (QCP) to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's QCP is the means by which the contractor is assured the work complies with the requirement of the contract. 9. Contracting Officer's Point of Contact (POC): The ORNG Contracting Officer's Representative for inspection and acceptance of deliverables under this Contract and will be physically located at the Event throughout the exercise period. The POC is authorized to represent the contracting officer in interpreting the technical requirements of this task order. However, the POC is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition. 10. Deliverable Guidelines: ? Inspections and Acceptance: All deliverables must be submitted to and approved by the POC. ? Notice Regarding Late Delivery: The contractor shall notify the POC as soon as it becomes apparent to the contractor that a scheduled delivery will be late. The contractor shall include in the Problem Notification Report (PNR) the rationale for late delivery, the expected date for the delivery and the project impact of the late deliver. ? The contractor must include the DSR with each invoice submitted for payment to the POC. ? Develop and publish a formal plan to address procedures and resources available for on-site safety, ‘real-world' emergencies and life support capabilities. Plan must be submitted to contracting within 10 days of award. III. Terms and Conditions: Terms and Conditions: Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors' proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors' proposal. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership of Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-22 Alternative Line Item Proposal 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 (DEV) Notice Of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-36 Affirmative Action For Workers With Disabilities 52.222-41 Service Contract Labor Standards 52.222-50 Combat Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-5 Pollution Prevention and Right to Know Information 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 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 252.203-7000 Requirements relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.225-7031 Secondary Arab Boycott of Israel 252.225-7048 Export Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 52.212-1 (DEV) INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (OCT 2018) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST (https://assist.dla.mil/online/start/ ). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (k) Reserved. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of Provision) 52.212-2 EVALUATION - COMMERCIAL ITEM...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »