Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 19, 2015 FBO #4835
SOLICITATION NOTICE

X -- Meeting room facilities from 22-27 March 2015 for PACOM Event

Notice Date
2/17/2015
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
96860
 
Solicitation Number
N0060415T3032
 
Response Due
2/23/2015
 
Archive Date
3/10/2015
 
Point of Contact
Donna Franzese 808-473-7545
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Part 13, using Simplified Acquisition Procedures. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-15-T-3032. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-78 and DFARS Publication Notice 20150129. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 721110 and the Small Business Standard is $32.5M. The proposed contract is a competitive, unrestricted action. NAVSUP Fleet Logistics Center, Pearl Harbor requests quotations from qualified sources capable of providing the following services which will result in a Firm Fixed Price (FFP) contract: CLIN 0001 “ Meeting room facilities from 22 “ 27 March 2015 to accommodate approximately 90 delegates for the USPACOM MCIP (Multinational Command, Control, Communications, and Cyber (C4) Program Planning Staff Workshop (PSW) in Honolulu, Hawaii, in accordance with ATTACHMENT A - Performance Work Statement (PWS). ATTACHMENT A: PWS and Layout ATTACHMENT B: SCA Wage Determination 05-2153 (Rev. -19) ATTACHMENT C: FAR Provision 52.212-3 with Alt I ATTACHMENT D: DFARS deviation provision 252.209-7992 Note: If you are unable to provide the meeting rooms for all days required please submit a quote for the dates that you are able to provide services within the timeframe listed on the PWS. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representations 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items including; 52.222-50, Combating Trafficking Persons 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alt I 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28 Post Award Small Business Program Rep 52.222-3, Convict Labor 52.222-19, Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 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 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates (W-02/$15.46/Hr) (For information purposes only) 52.222-55 Minimum Wages Under Executive Order 13658 52.222-99 Establishing a Minimum Wage for Contractors (Deviation) 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 FOB Destination 5252.243-9400 Authorized Changes by the KO 52.252-1 Solicitation Provisions Incorporated by Full Text 52.252-2 Clauses Incorporated by Full Text Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes, and the DFARS provision 252.209-7992 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law ”Fiscal Year 2015 Appropriations (DEVIATION 2015-OO0005) (DEC 2014). Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ”Representation. (DEVIATION 2015-O0010) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-O0010) 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions. 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) Award Selection shall be evaluated on a Low Price Technically Acceptable (LPTA) basis: Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors: price, technical acceptability in accordance with the PWS, and contractor responsibility. Additionally, the venue of these services must be a hotel conference facility. Contractor shall provide an on island point-of-contact (POC) for scheduling and coordination purposes. The hotel venue provided in the quote shall not change after the contract is awarded. The Government reserves the right to make an award to the offeror who can provide the best mix of meeting rooms and available dates. This announcement will close at 1000am HST on Monday, 23 February 2015. Contact Donna M. Franzese who can be reached at 808-473-7545 or via email donna.franzese@navy.mil System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Please submit questions no later than 19 February 2015 at 1100 HST. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Oral quotes will not be accepted. ******* End of Combined Synopsis/Solicitation ******** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-FEB-2015); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060415T3032/listing.html)
 
Record
SN03643891-F 20150219/150217233034 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.