Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 11, 2016 FBO #5222
SOLICITATION NOTICE

V -- Senior Leader Seminar Lodging - Package #1

Notice Date
3/9/2016
 
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
HQ001316Q0024
 
Point of Contact
LaVivian Peasant, Phone: 703-601-0488, Woodrow Bell, Phone: 703 604-1464
 
E-Mail Address
lavivian.r.peasant.civ@mail.mil, Woodrow.w.bell.civ@mail.mil
(lavivian.r.peasant.civ@mail.mil, Woodrow.w.bell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sr. Leaders Seminar Lodging (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, HQ001316Q0024, 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 2005-87, Effective 07 March 2016. 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 70 individual participants from 29 April-15 May 2016. 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 small business size standard is $32.5 million. (v) Specifics. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. The contractor will provide lodging services to support a two week professional seminar for the Africa Center for Strategic Studies (ACSS) which will be hosted in the Washington, D.C. and Virginia areas. Period of performance: 29 April 2016-15 May 2016 (vi) DSCA intends to purchase the services under the following Contract Line Item (CLIN): CLIN 0001 Rooms CLIN 0002 Conference Facilities CLIN 0003 Banquesting Requirements CLIN 0004 Manpower 1 each NSP NOTE: All prices MUST include all applicable fees, gratuities, and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. (vii) The contractor shall provide each lodger (NESA participant) with identical, double sleeping rooms of similar size and type with separate work space with desk, drawers and lighting; high speed internet hook-up; refrigerator and microwave. (viii) The Government shall provide a final list of attendees and 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 and is incorporated by reference. FAR 52.252-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows. (xi) A single award will be made to the responsible Offeror whose proposal conforms to the solicitation requirements and presents the lowest price technically acceptable (LPTA) proposal, as determined by the evaluation criteria herein with due consideration to the order of importance. (xii) Contract award will be made to the lowest evaluated price meeting or exceeding the minimum acceptability standards for non-cost factors. Proposals will be evaluated on an "acceptable" or "unacceptable" basis. Proposals will be evaluated for acceptability, but not ranked using the non-price factors/sub-factors. In order to be considered awardable, there must be an "acceptable" rating in every non-price factor/sub-factor. Past performance information will also be obtained from all electronic databases and other sources available to the government. Past performance will be rated on an "acceptable" or "unacceptable" basis. (xiii) The Contractor shall submit a proposal that meets the minimum requirements of the PWS. The following Evaluation Factor's will be considered: • Within ½ mile walking distance of a Metro station. • Must be ADA compliant • Located within 7 miles of Fort McNair • Accommodate early check in-and late check outs up to 7 pm available (xiv) Past Performance - The Government will evaluate Past Performance in accordance with FAR 13.106-2(b) (3). Offerors should identify past or current contracts (including Federal, State, and local government and private) for efforts similar to this requirement. Past performance information pertaining to the hotel facility (e.g. letters of recommendation, customer evaluations, etc.) indicating the quality of hotel and service during the past year. The past performance information pertaining to the hotel shall also include at least one reference from a group for which they provided services similar in scope to that of this upcoming ACS52. Seminar. The Government shall consider this information, as well as information obtained from any other sources such as the Past Performance Information Retrieval System (PPIRS), when evaluating the past performance. (xv) Price - The Government will evaluate Price for reasonableness in accordance with FAR 13.106-3(a) Basis for award. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for Technical Capability and Past Performance identified above (xvi) 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, apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sep 2006) 52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Aug 2013) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-14, Limitation on Subcontracting (Nov 2011) 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) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 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.) 52.225-5, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 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) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7003, Agency Office of Inspector General (Apr 2012) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) 252.243-7001, Pricing of Contract Modifications 252.243-7002, Request for Equitable Adjustment Other FAR/DFARS provisions/clauses are incorporated by reference and include DFARS 212.212-7000, Offeror Representations and Certifications-Commercial Items and DFARS 212.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The full text of the clauses or provisions may be accessed electronically at one of the following links://www.deskbook.osd.mil, http://farsite.hill.af.mil, http://www.arnet.gov/far. (xvii) Submission Requirements: Offerors shall provide descriptive location of the hotel to Fort McNair, Washington, DC and address the requirements in the Evaluation Factors listed in Paragraph xiii. Offerors shall provide past performance information pertaining to the hotel facility (e.g. letters of recommendation, customer evaluations, etc.) indicating the quality of hotel and service during the past year. The past performance information pertaining to the venue shall also include at least one reference from a group for which they provided services similar in scope to that of this upcoming ACSS Seminar. The Offeror shall include the name, e-mail and phone number for all references. Past performance pertaining to the hotel venue must be from recent events (within the past year) held at the Offeror's facility. Offeror shall provide their cancellation policy and associated fees with the price submission and identify the applicable early and late checkout terms and conditions for the group. Quotes shall be submitted by 16 March 2016, no later than 10:00 a.m. EST using the pricing schedule provided in this combined synopsis/solicitation. Quotes shall be submitted via email to lavivian.r.peasant.civ@mail.mil; and the contracting officer woodrow.w.bell.civ@mail.mil. with the subject line "HQ001316Q0024 Sr. Leader Seminar Lodging." 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/HQ001316Q0024/listing.html)
 
Place of Performance
Address: Africa Center For Strategic Studies (ACSS), 300 5th Ave SW, Lincoln Hall, Washington. District of Columbia 20319, Washington, District of Columbia, 20319, United States
Zip Code: 20319
 
Record
SN04044419-W 20160311/160309235330-fd4f7158b4ecc4e83ca756d251369abc (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.