Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOLICITATION NOTICE

X -- 46 HOTEL ROOMS - USDA FSIS

Notice Date
6/30/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Agriculture, Food Safety and Inspection Service, Procurement Management Branch, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, Maryland, 20705, United States
 
ZIP Code
20705
 
Solicitation Number
AG-3A94-S-16-0065
 
Archive Date
7/21/2016
 
Point of Contact
Dwight A. Hill, Phone: 3015044238, Joseph Pishioneri, Phone: 3015044237
 
E-Mail Address
dwight.hill@fsis.usda.gov, joseph.pishioneri@fsis.usda.gov
(dwight.hill@fsis.usda.gov, joseph.pishioneri@fsis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
2016 USDA FSIS STUDENT EMPLOYMENT PROGRAM MEETING •(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. The announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. •(ii) This solicitation document is issued as a Request for Quote (RFQ). Under this requirement, the U.S. Department of Agriculture (USDA) Food Safety & Inspection Service (FSIS) intends to award a commercial firm fixed price Purchase Order contract. •(iii) This RFQ is issued under FAR Part 13 - Simplified Acquisition Procedures. This requirement is to provide lodging for up to 46 attendees to its 2016 Student Employment Program Meeting. The hotel for lodging must be: •1) in a safe area within three miles from USDA's South Building, located at 1400 Independence Ave, Washington, D.C. 20250; •2) hotel must be listed FEMA approved and listed on the U.S. Fire Administration Hotel and Motel National Master list found at www.usfa.fema.gov/hotel/search.cfm ; •3) the hotel facility must also be compliant with the requirement of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12010 et. seq.); •4) located within a three block walking radius to restaurants and shopping; •5) It is preferred that the hotel offer an on-site fitness center, and a full service restaurant with breakfast available ; •6) room rates must at or below the Government per diem rate for Washington D.C.; and •7) Room amenities must include, but are not limited to TV with remote, coffee maker, refrigerator, telephone, iron and ironing board, hair dryer and available wireless internet services. •8) In accordance with FAR 13.106-2(b) (3) the Government will evaluate Past Performance. Offerors must identify a past or current contract (Federal, State, Local Government, or commercial) for efforts similar to the USDA FSIS Student Employment Meeting requirement. Offerors shall include Past Performance information such as letters of recommendation, or customer evaluations indicating the quality of hotel and service from at least one source within the past year. The Government shall consider this information, as well as information obtained from any other source such as the Past Performance Information Retrieval System (PPIRS), when evaluating past performance; •(iv) 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) The awarded Purchase Order shall be for the full amount of 46 rooms for four days at the specified daily room rate including all applicable fees, gratuities, and service charges (the Federal Government is Tax Exempt) BUT •(vi) The Government shall provide a final list of attendees and contractor shall bill the Government for only the actual room nights used versus reserved. USDA FSIS prefers that the rooms remain blocked until two weeks prior to the July 18 th start of its meeting. In addition, USDA FSIS must be provided with weekly room block updates, and upon request, until the reservation cut off date; •(vii) The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation with the line items as shown below: 0001 Lodging Requirements 0001a Single Rooms, up to 184 room nights, Unit Price ______Total Price ________; 0002 One Time Charges 002a Any one Time No Show Charge __________; 002b Any Late Check Out Charge up to 5:00 pm on July 22, 2016 __________. •(viii) The period of performance is from July 18 through July 21, 2016 with check out on July 22, 2016; •(ix) USDA FSIS will provide a detailed room list identifying the room nights reserved and to be paid for under the Purchase Order contract one day prior to the first planned arrival. USDA FSIS will only pay for room nights identified on the Government provided detailed room list; •(x) If the contractor holds a room and a participant does not occupy that room prior to 6:00 pm on the date of scheduled occupancy, the Government will be charged a no show fee for that day and remaining reservation days for that participant will be cancelled. The Government will not be charged by the contractor for the remaining days of that participant reservation. Please specify in your Quote any No Show fee; •(xi) A block of up to 46 rooms are required for the following meeting dates; July 18, July 19, July 20, and July 21 with check out on July 22, 2016; •(xii) Please state if offered rates may be made available to meeting participants for 2 days before and after the meeting dates specified in xi above. Please also state if any early check in or late check out accommodations are offered; •(xiii) Please state if transportation service to and from airports is offered and specify any terms or price; •(xiv) The Government will not execute any contract other than that with the facility or venue proposed to provide accommodations. Any offer from a source other than the hotel and lodging venue itself must include written evidence that the offeror is currently authorized to submit binding proposals/quotes 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 can not be provided at the offers facility shall be deemed technically unacceptable and will not be considered for award; •(xv) The provision at FAR 52.212-1 Instruction 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: •(xvi) A single award will be made to the responsible Offeror whose Quote conforms to the solicitation requirements and presents the lowest price technically acceptable (LPTA) Quote, as determined by the evaluation criteria herein; •(xvii) Quotes will be first be evaluated on an "acceptable" or "unacceptable" basis. In order to be considered acceptable, Quotes must meet or exceed the specifications shown in (iii); •(xviii) Contract award will be made to the lowest evaluated CLIN 0001a total price. Total Price is more important that Past Performance. One time charges will be the deciding factor if total prices are equal, with zero CLIN 0002a and 0002b charges evaluated highest, and the lowest One Time price charges evaluated next best. If Offers still remain equally evaluated, then Best and Final Offers may be requested; •(xix) Offerors must provide the Name, email, and phone number of the Point of Contact (POC) for their Offer, as well as descriptive and location information about their hotel facitlity, and the Offeror DUNS number, and registration in the System for Award Management (SAM) located at www.sam.gov. QUOTES MUST BE SUBMITTED VIA EMAIL NOT LATER THAN 12 NOON EST ON WEDNESDAY, JULY 6 TH, 2016 TO BOTH: Joseph.pishioneri@fsis.usda.gov ; and Dwight.hill@fsis.usda.gov I. CONTRACT CLAUSES I.1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE. (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov (End of Clause) FAR Clause Title 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015) INVOICE SUBMISSION (April 2013) INVOICE PROCESSING PLATFORM (IPP) Effective May 6, 2013, payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP). "Payment Request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions-Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. Contractor assistance with enrollment, UserIDs and Passwords can be obtained by contacting the IPP Helpdesk via email at IPP Customer Support Desk at 1-866-973-3131 or IPPCustomerSupport@fms.treas.gov. For all other IPP issues, please contact: National Finance Center's Controller Operations Division (COD) Helpdesk at 1-877-243-3072 or COD.HELP@usda.gov I.2 FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (MAR 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) ( 22 U.S.C. 7104(g) ). ___Alternate I (Aug 2007) of 52.222-50 ( 22 U.S.C. 7104(g) ). (2) 52.233-3, Protest After Award ( Aug 1996) ( 31 U.S.C. 3553 ). (3) 52.233-4, Applicable Law for Breach of Contract Claim ( Oct 2004 ) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [ Contracting Officer check as appropriate.] _X (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) ( 31 U.S.C. 6101 note ). _X_ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). _X_ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). X __ (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) ( 15 U.S.C. 632(a)(2) ). _X_ (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). _X_ (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). X __ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products ( Dec 2007 ) ( 42 U.S.C. 8259b ). X __ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving ( Aug 2011 ) (E.O. 13513). _ X _ (41) 52.225-1, Buy American Act-Supplies (Feb 2009) ( 41 U.S.C. 10a-10d ). _ X _ (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) ( 31 U.S.C. 3332 _X_ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) ( 5 U.S.C. 552a ). _X_ 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) ( 41 U.S.C. 351, et seq
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSIS/AAS/AG-3A94-S-16-0065/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20250, United States
Zip Code: 20250
 
Record
SN04168206-W 20160702/160630235804-dcba5032e4c5a5de544f1fdde6bcc85c (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.