Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOLICITATION NOTICE

X -- Service Chiefs’ Fellows Program Billeting - Package #1

Notice Date
2/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Other Defense Agencies, Defense Advanced Research Projects Agency, Contracts Management Office, 675 North Randolph Street, Arlington, Virginia, 22203-2114, United States
 
ZIP Code
22203-2114
 
Solicitation Number
HR0011-16-Q-0002
 
Archive Date
4/1/2016
 
Point of Contact
Jimmy K. Hupalar, , Monesha Mitchell,
 
E-Mail Address
Jimmy.hupalar@darpa.mil, monesha.mitchell.ctr@darpa.mil
(Jimmy.hupalar@darpa.mil, monesha.mitchell.ctr@darpa.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Evaluation Criteria Solicitation HR0011-16-Q-0002 A. BACKGROUND Defense Advanced Research Project Agency (DARPA) Service Chief's Program is a joint program between DARPA's Director, the Chief of Staff of each Service, and other selected government agencies. Under the program, each Service and Agency details officers and government civilians to DARPA as fellow on a three (3) month basis to give them an in-depth look at DARPA's program and a way of doing business. The fellows also help DARPA's program managers better understand existing military capabilities and combat operations. Memorandums of Agreement have formalized the benefits and responsibilities for this program, including the agreement that DARPA would fund the program while the fellows are stationed at DARPA for the period of their internship. DARPA will, on occasion, also have a requirement for housing post-doctoral Academic Fellows that will be participating alongside the government (military and civilian) individuals in the Service Chief's Program. B. GENERAL REQUIREMENTS: 1. DARPA's objective for this Request For Quote (RFQ) and any subsequent contract is to provide temporary lodging to the individuals participating in the Service Chief's Program at DARPA. The contractor shall provide the requirements outlined in Paragraphs 3 and 4 in the Statement of Work. (SOW). 2. The period of performance will be twelve (12) months from the effective date of the Indefinite Delivery / Indefinite Quantity Contract with four (4) one-year options. 3. Temporary lodging shall be within one-quarter mile of DARPA located at 675 N. Randolph St. Arlington, VA 22203-2114 and within one-quarter mile of a Metro station. This is a combined synopsis/solicitation issued as a RFQ, for commercial items prepared in accordance with Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Firm Fixed Price (FFP) quotes are being requested. This requirement is a total 100 % small-business set aside. The applicable North American Industry Classification Standard (NAICS) Code is 721110. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) and Defense Federal Regulation Supplement (DFARS) through the Federal Acquisition Circular 2005-83 effective 2 Jul 2015. C. QUOTE PREPARATION GUIDANCE: Response must include a minimum of the following: 1. Quoter's quotes shall consist of three (3) separate Volumes and a Cover Page: Technical (Volume I), Past Performance (Volume II), and Price (Volume III). 2. F or Cover Page, Section I, and Section II the format shall be created in any Microsoft Office product or provided in PDF format, 8.5"x11" pages using 1 margins, single-sided, single line spacing, and 12-point Times New Roman font. A smaller font size may be used for graphics and tables so long as the text is fully legible. 3. Cover Page - The cover page shall not exceed two (2) pages and must include the following information: a. Name of organization; b. Date quote is submitted. Quotes shall be valid for ninety (90) days from the date of submission; c. Contractor's DUNS number and CAGE Code; d. Contractual and Technical point of contact information; e. Signature of person with authority to commit the organization. 4. Section II Technical Volume - The Technical Volume is limited to five pages; and should describe the quoter's facility and ability to meet the statement of work, particularly paragraphs 3 and 4. The quote may be supplemented by advertising literature and brochures as well as reference to the quoter's website, if said site includes details, photos, etc. of the proposed facilities that do not count against the page limit. In addition, the technical volume should include a POC in order for the government to schedule a walk through with in accordance with paragraph 7 below. 5. Section III Past Performance Volume - The quoters shall provide up to three (3) Contractor Performance Assessment Reports (CPARS) within the past three (3) years for contracts for corporate housing as provided for the Federal Government where the quoter is providing similar accommodations to those being proposed under this RFQ. The contract period of performance for the submitted CPAR should be for a minimum of twenty-four (24) months. If CPAR document is not on file quoters may submit three (3) references for contracts within the past three (3) years (preferred Federal Government) or private organizations where the contract was for a minimum of twenty-four (24) months. It is the quoter's responsibility to provide valid, current, and verifiable references. References must include the following information: a. Name of the organization that will be providing the reference b. Name of the point of contact (POC) familiar with contract performance c. POC telephone number d. POC email address e. Contract number f. Period of performance g. Dollar value of contracts and any other pertinent information useful in making contact with the service receiving organization 6. Section IV Price Volume - The quoter shall be submit in a separate volume and is not page limited. The price quote shall include the following: a. Per day and per month costs for the lodging specified in the requirements below and; b. Completed copy of FAR 52.212-3, Quoter Representations and Certifications - Commercial Items. c. Quoter's are advised that the Option to Extend Services Clause at 52.217-8 is included in this solicitation and will be included in the awarded contract. When proposing prices for base and options, Quoter's should consider that the government may choose to exercise the option to extend services at the end of any period of performance (base, option periods, and six (6) month extension), utilizing the rates in effect during the period of performance in which the option is exercised. For example, if FAR 52.217-8 is exercised at the end of Option Period Four (4), the rate(s) in effect for Option Period 4 will be the same rate(s) applicable for the extension period, regardless if FAR 52.217-8 is exercised for the full six (6) month period or in increments. For purposes of evaluation, the government assumes that any price proposed for the base, option periods, and six (6) month extension period reflects the possibly that a period of performance may extended. 7. The Government will schedule a walk-through with each quoter whose technical volume meets SOW requirements within one (1) week after quote submission. During the walk-through each quoter shall host an oral presentation of the proposed facility, amenities, and maintenance records. D. QUESTIONS REGARDING RFQ All questions regarding this RFQ must be sent via email to HR0011-16-Q-0002@darpa.mil. The subject line must state, "RFQ HR0011-16-Q-0002." Questions received later than March 7, 2016 will not be addressed. E. INSTRUCTIONS TO QUOTERS FOR SUBMISSION: 1. Quotes submitted in response to the RFQ are due no later than 8:00 AM Eastern Standard Time (EST), March 17, 2016. Quote submissions shall be sent electronically to HR0011-16-Q-0002@darpa.mil with an e-mail notification to the Contracting Officer Jimmy Hupalar at jimmy.hupalar@darpa.mil and Monesha Mitchell at monesha.mitchell.ctr@darpa.mil. Quote submissions must contain all sections required under this RFQ. Each section in the quote submission must be submitted in a separate file. The Government will not evaluate incomplete quote submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DARPA/CMO/HR0011-16-Q-0002/listing.html)
 
Place of Performance
Address: 675 N. Randolph Street, Arlington, Virginia, 22203, United States
Zip Code: 22203
 
Record
SN04032696-W 20160228/160226234540-e2be1d294c2b43cfff5cbf914cf7576b (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.