0001 - (24 and 25 April)
Room / Area for Welcome Reception (70 persons) 1900-2100hrs., 24 April 2017.
Room / Area for Welcome Reception (60 persons) 1900-2100hrs., 25 April 2017.
Reception Room: Bar height round tables without chairs set up to accommodate 70 persons on 24 April, and 60 persons on 25 April in typical reception format. Commanders' intent is for a non-seating environment in order for attendees to intermingle during evening event.
A reception table with chairs set-up outside main reception room to allow for check-in of participants.
0002 - (24 and 25 April)
Buffet Dinner available within reception room for participants for duration of the event. Buffet categories shall include:
Soup - 1 or 2 choices
Appetizers - 3 choices
Salad - 1 choice
Protein - 3 choices (beef, pork, chicken, fish or veal)
Vegetables - 2 choices
Starches - 2 choices
Desert - 3 choices
Drinks - House Red Wine and House White Wine, Local Beer, Soft drinks and Coffee/Tea
Buffet Dinner for the night of the 24th shall differ in selections from the 25th, since some attendees will attend both events and should not have a repeat of food selections. Food selections shall consist of traditional German cuisine and be prepared in traditional German style, and can include seasonal selections.
Buffet Dinner - 24 Apr shall be for 70 people
Buffet Dinner - 25 Apr shall be for 60 people
(v) Description of requirements: This RFQ is for two (2) nights of Reception room rental to include equipment, set up and cleaning. A buffet dinner to include select drinks shall also be included in the rental.
(vi) The required date for these events is 24 and 25 April 2017.
(vii) The basis for award is lowest price, technically acceptable offer. Award will be made to the lowest price responsible offeror whose offer meets the specifications.
(viii) The vendor must include a signed/completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if the vendor is not registered in SAM. If vendor has an on-line certification in SAM (known as ORCA) which has been updated for the last 12 months, the vendor needs only to state this fact on the offer cover sheet. If ORCA has not been updated, Offeror must submit completed copy of FAR 52.212-3.
(ix) The offer shall be submitted via email by the due date of 10 Apr 2017, 1100 hours, Central European Time (CET), Wiesbaden, Germany local time. Email addresses are:
[email protected]
usarmy.rheinland-pfalz.409-contr-spt-bde.mbx.rco-wie-bids@mail.mil
[email protected]
(x) The point of contact for this request for quote Dana N. Justice, 0611-143-546-6704, [email protected]
(xi) Quotes submitted shall include:
a. Pricing for all of the requirements in section iv above (0001 -0002) .
b. If applicable, a completed FAR 52.212-3 (Certifications and Representation clause).
NOTE: Quotes that do not include the required information above will be considered non-responsive and not be considered for award.
PROVISIONS AND CLAUSES
(xii) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation.
(xiii) The provision FAR 52.212-2, Evaluation--Commercial Items in its latest edition applies to this solicitation:
(a) The Government will award a contract resulting from this solicitation in accordance with FAR Part 12 and FAR Part 13 to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government.
(b) Quotes that do not conform to the requirements of the solicitation may be rejected without further evaluation, deliberation or discussion. Quotes will be based on price.
(c) Price. The Government will evaluate offers for award purposes by the sum total of all CLINs.
(d) The Government intends to evaluate quotes and award a contract without discussions. Therefore, each initial quote should contain the offerors best terms and pricing. The Government reserves the right to conduct discussions if determined necessary by the Contracting Officer.
(e) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(xiv) 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://www.sam.gov.
(xv) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation.
(xvi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, in its latest edition applies to this acquisition. Additionally, the following clauses and provisions in their latest edition apply to this solicitation and are included by reference or by full text below:
52.204-7, System for Award Management
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
52.209-6, Protecting the Government's Interests when Subcontracting with Contractors
Debarred, Suspended or Proposed for Debarment
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.222-19, Child Labor - Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-29, Notification of Visa Denial
52.222-50, Combating Trafficking in Persons
52.223-5, Pollution Prevention and Right-to-Know Information
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or
Transactions Relating to Iran-- Representation and Certifications
52.232-33, Payment by Electronic Funds Transfer-System for Award Management
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.247-34, F.O.B. Destination
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
252.204-7004 Alt A, System for Award Management Alternate A
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or
a Felony Conviction Under Any Federal Law-FY2014 Appropriation (DEV 2014-O0009)
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7048, Export-Controlled Items
252.229-7002, Custom Exceptions (Germany)
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7008, Assignment of Claims (Overseas)
252.232-7010, Levies on Contract Payments
252.243-7001, Pricing of Contract Modifications
252.244-7000, Subcontracts for Commercial Items
CLAUSES INCORPORATED BY FULL TEXT
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE
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/
(End of provision)
252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE
CONTRACTORS OUTSIDE THE UNITED STATES (MAR 2006)
(a) Definition. United States, as used in this clause, means, the 50 States, the District of
Columbia, and outlying areas.
(b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing or traveling outside the United States under this contract, shall--
(1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a
U.S. entity;
(2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a non-transitory basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country nationals comply with any security related requirements of the
Embassy of their nationality;
(3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel and their families, to the extent such information can be made available prior to travel outside the United States; and
(4) Obtain and comply with the most current antiterrorism/force protection guidance for
Contractor and subcontractor personnel.
(c) The requirements of this clause do not apply to any subcontractor that is-- (1) A foreign government;
(2) A representative of a foreign government; or
(3) A foreign corporation wholly owned by a foreign government.
(d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from HQDA-AT: telephone, DSN 222-9832 or commercial (703) 692-9832
(End of clause)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)
(a) Definitions. As used in this clause--
Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely
identifies a unit, activity, or organization.
Document type means the type of payment request or receiving report available for creation in
Wide Area WorkFlow (WAWF).
Local processing office (LPO) is the office responsible for payment certification when payment
certification is done external to the entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor
payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic
Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall--
(1) Have a designated electronic business point of contact in the System for Award Management
at https://www.acquisition.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for
self-registration available at this Web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-
Based Training Course and use the Practice Training Site before submitting payment requests
through WAWF. Both can be accessed by selecting the "Web Based Training" link on the
WAWF home page at https://wawf.eb.mil/.
(e) WAWF methods of document submission. Document submissions may be via Web entry,
Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor must use the following information when
submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).
COMBO 2-IN-1
(2) Inspection/acceptance location. The Contractor shall select the following
inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
WK4E3R
(3) Document routing. The Contractor shall use the information in the Routing Data Table below
only to fill in applicable fields in WAWF when creating payment requests and receiving reports
in the system.
Routing Data Table*
--------------------------------------------------------------------------------------------
Field Name in WAWF Data to be entered in WAWF
--------------------------------------------------------------------------------------------
Pay Official DoDAAC HQ0672
Issue By DoDAAC W912CM
Admin DoDAAC W912CM
Inspect By DoDAAC WK4E3R
Ship To Code WK4E3R
Ship From Code
Mark For Code
Service Approver WK4E3R
Service Acceptor WK4E3R
Accept at Other DoDAAC
LPO DoDAAC
DCAA Auditor DoDAAC
Other DoDAAC
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.
(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.
[email protected]
[email protected]
(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in
WAWF from the following contracting activity's WAWF point of contact.
N/A
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)
CCE 233-4002 AMC-LEVEL PROTEST PROGRAM (January 2014)
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to:
Protest to HQAMC shall be filed at:
Headquarters U.S. Army Materiel Command
Office of Command Counsel-Deputy Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256) 450-8840 or e-mail: [email protected]
Packages sent by FedEx or UPS should be addressed to:
Headquarters U.S. Army Materiel Command
Office of Command Counsel-Deputy Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
The AMC-level protest procedures are found at:
http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp
If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the
AMC-Level Protest Procedures.
(End of Provision)