Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2015 FBO #4956
SOLICITATION NOTICE

V -- Lodging and Conference for ACSS SLS - PWS

Notice Date
6/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
 
ZIP Code
22202-5408
 
Solicitation Number
HQ001315Q0008
 
Archive Date
7/16/2015
 
Point of Contact
Petra McPherson,
 
E-Mail Address
petra.mcpherson@dsca.mil
(petra.mcpherson@dsca.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS for Lodging & Conference (i)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. (ii)This solicitation document, HQ001315Q0008, is issued as a Request for Quote (RFQ). Under this requirement, the Defense Security Cooperation Agency (DSCA) intends to award a commercial, firm fixed price contract. (iii)This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-80, Effective March 2, 2015. It is the responsibility of the Offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv)This solicitation is issued under FAR Part 13-Simplified Acquisition Procedures. This requirement is to provide lodging for approximately 40 funded participants and 10 unfunded guests, Conference Space, Lunch and Refreshments. Please see the attached performance work statement (PWS) for specific requirements. The applicable North American Classification System (NAICS) code is 721110, Hotels (except Casino Hotels) and Motels. The business size standard is $32.5 million. (v) The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. The lodging services provided under the Line Items will support the Africa Center for Strategic Studies (ACSS) Senior Leaders Seminar(SLS). Period of performance: 31 July - 16 August 2015. (vi) DSCA intends to purchase the services under the following Contract Line Item (CLIN): CLIN SERVICE 0001 Sleeping Rooms (560 funded room night) Additional 130 Unfunded room nights - paid individually: 0002 Conference Space: Plenary Room (1 room x 14 days) Breakout Rooms (3 rooms x 14 days) Operations Center (1 room x 14 days) (Include CAT5 connection) Faculty Office (1 room x 14 days) Leadership Office (1 room x 14 days) Computer Training Lab(1 room x 14 days) (Include CAT5 connection) Registration Room (1 room x 5 days) 0003 Banquet Requirements Working Lunch (8 days x 60 pax) Coffee Breaks/Refreshments(14 x 60 pax) ***Optional Item*** Reception Food, Beverage & Dessert (70) (include Microphone/Podium) Late Checkout (approx 10 guest) Offerors shall complete the table provided in the attached statement of work. NOTE: All prices MUST include all applicable fees, gratuities, and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. 0004 Manpower Reporting 1 Each NSP (Not Separately Priced) (vii) The Contractor shall perform the required services at the Contractor's facility. (viii) The Government shall provide a final list of attendees 1 week (7 calendar days) prior to the start of the course. The contractor shall bill the Government for actual rooms utilized versus reserved. (ix)The Government will not execute any contract other than with the facility or venue proposed to hold the event and provide accommodations. Any offer from a source other than the hotel or lodging venue itself must include written evidence that the offeror is currently authorized to submit binding proposals on behalf of the venue whose accommodations and/or facility are being offered. Offers that fail to provide such evidence shall be deemed technically unacceptable and will not be considered for award. Any offer which requires the Government to execute an agreement that renders a hotel or facility provider as a third party or for lodging/hotel accommodations that cannot be provided at offerors facility shall be deemed technically unacceptable and will not be considered for award. (x) Clauses and Provisions. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. - Submisstion Requirements a. Offerors shall read the documents of the solicitation completely. b. Offerors shall submit their proposal in 3 Volumes. 1. Volume I: Service and Amenities 2. Volume II: Past Performance 3. Volume III: Price c. Volume I shall include: 1. Offerors shall provide descriptive literature to include information on the services and amenities of hotel. 2. If submitting proposal for a venue that is not owned by your company, an offeror shall submit written evidence that the offeror is currently authorized to submit binding proposals on behalf of the venue whose accommodations are being offered. Please note that if successful the contract shall be awarded to the hotel. 3. The contractor shall permit the Government to cancel the requirement either in whole or in part as late as 24 hours before the first check in time, at no cost to the Government. Any cancellation of the contract occurring less than 24 hours of the first scheduled check in time shall entitle the contractor to charge against the resulting contract for the number "government pay" rooms reserved for the start date, only. The final number of "government pay" rooms to be reserved shall be provided no later than 7 days before the first schedule arrival. d. Volume II shall include: The names of two government agencies for which the offeror has provided the same or similar services. In lieu of government agencies, offerors may provide the names of companies for which the offeror has provided the same or similar services. For each agency/company submitted, offerors shall provide the contract number and point of contact information. Point of contact information shall include: -Name of point of contact -Phone number of point of contact -Email address of point of contact e. Volume III shall include: The quote for each line item to include the option items. 1. Offerors shall fully complete the price schedule listed in the Performance Work Statement for all Contract Line Items and all Optional Line Items associated with this request for quote. Offerors shall include the late checkout rate and the time at which the rate, if any, would be put into effect. 2. The contractor shall permit the Government to cancel the requirement either in whole or in part as late as 24 hours before the first check in time, at no cost to the Government. Any cancellation of the contract occurring less than 24 hours of the first scheduled check in time shall entitle the contractor to charge against the resulting contract for the number "government pay" rooms reserved for the start date, only. 3. Unoccupied rooms: If the contractor holds a room and a participant does not occupy that room prior to 6:00 P.M. on the date of scheduled occupancy, the Government will be charged a for that day and remaining days will be cancelled, and the Government will not be charged by the contractor for the remaining days of that reservation. (xi) 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation the most advantageous to the Government, price and other factors is considered. 1. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. 2. Tradeoffs are not permitted. 3. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. 4. Exchanges may occur. 5. Non-cost factors: The non-cost factors are Service and Amenities and Past Performance. Service and Amenities will evaluate offerors' proposals to address the Government's requirements, to include, but not limited to the Minimum Acceptabilitity Standards: a. within 1/2 mile walking distance of a Metro rail station or available shuttle services. b. accommodate late checkout up to 7:00pm. c. Available Conference space and breakout rooms. d. Banquet requirements for lunches, coffee breaks and optional reception. e. Available CAT5 Connections for Operations Center and Computer Lab. f. No more than 10 miles from Fort McNair. g.Availability of required number of rooms during 31 July - 16 August. Hotel manager should be aware of dietary requirements of participants who cannot have any pork products or alcohol prepared/cooked in foods. Past Performance will be reviewed to determine relevancy. After a relevancy determination is made, the performance will be evaluated for acceptability. The evaluation ratings will be acceptable or unacceptable. 6. Any offer from a source other than the lodging venue itself must include written evidence that the offeror is currently authorized to submit binding proposals on behalf of the venue whose accommodations are being offered. 7. All CLINs to include options are addressed in Performance Work Statement. 8. Cost: Cost will be evaluated as follows: a. The propose prices of all CLINs to include optional CLINs shall be evaluated as part of the price evaluation. b. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (xii) Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line times (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions -an interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. (xiii) THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award ISSUE BY DODAAC: HQ0013 ADMIN BY DODAAC: HQ0013 INSPECT BY DODAAC: HQ0013 ACCEPT BY DODAAC: HQ0013 LOCAL PROCESSING OFFICE DODAAC: HQ0013 PAYMENT OFFICE DODAAC: HQ0347 PAYMENT OFFICE FISCAL STATION CODE: DFAS INDIANAPOLIS (xiv) Clause at FAR 52.212-5(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil). Provision at FAR 52.212-3, Alt1 Offeror Representations and Certifications Commercial Items, Alternate I applies. Offerors shall be registered in the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Also in accordance with the clause, all prospective Offerors must be actively registered in the Central Contractor Registration prior to award. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at Http://farsite.hill.af.mil). 52.203-6 ALT1, Restrictions on Subcontracting Sales to the Government 52.203-13, Contractor Code of Business Ethics and Conduct 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-4, Notice of Price Evaluation Preference for HubZone Small Business Concerns 52.219-28, Post Award Small Business program Reprsentation 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor-Cooperation with authorities and Remedies (MAR 2012) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (MAR 2007) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7404(g)) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009) (41 U.S.C. 351, et seq.) 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-Central Contractor Registration 52.232-39, Unenforceability of Unauthorized Obligations 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.246-4, Inspection of Services - Fixed Price 52.249-1, Termination for the Convenience of the Government (Fixed Price) (Short Form) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7003, Control of Government Personnel Work Product 252,204-7004, Alternate A System for Award Management 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 225.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7012, Preference for Certain Domestic Commodities; Gratuities 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7001, Pricing of Contract Modifications 252.243-7002, Request for Equitable Adjustment 252.247-7023,Transportation of Supplies by Sea. Other clauses that apply. 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-13 Contractor Code of Business Ethics and Conduct APR 2010 52.204-3 Taxpayer Identification OCT 1998 52.204-7 System for Award Management JUL 2013 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations MAY 2012 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 52.217-5 Evaluation Of Options JUL 1990 52.232-23 Assignment Of Claims JAN 1986 52.242-13 Bankruptcy (xv) Offers shall be submitted by 1 July 2015, no later than 10:00am EST. Offers shall be submitted via email to petra.mcpherson@dsca.mil with the subject line "HQ001315Q0008 ACSS SLS." Facsimile submission will not be accepted. Further details regarding this requirement can be found in the attached Performance Work Statement (PWS).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ001315Q0008/listing.html)
 
Place of Performance
Address: Washington DC metropolitan area, United States
 
Record
SN03767103-W 20150619/150617234844-da9c80c521a4878783dca09062d7ea9a (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.