Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2016 FBO #5346
SOLICITATION NOTICE

X -- COMMANDER NAVY REGION HAWAII CREDO MARRIAGE RETREAT (KAUAI)

Notice Date
7/11/2016
 
Notice Type
Combined 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
00000
 
Solicitation Number
N0060416T3140
 
Response Due
7/18/2016
 
Archive Date
8/2/2016
 
Point of Contact
PATRICIA MURAKAMI 8084737901
 
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 as supplemented with the additional information included in this notice. 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 N00604-16-T-3140. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88 and DFARS Publication Notice 20160630. 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. This is a competitive, unrestricted action. The Small Business Office concurs with the acquisition strategy. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing a conference venue and associated services on Kauai, Hawaii, to include lodging, meeting, dining and recreation areas to accommodate two 48-hour weekend marriage and resiliency retreat events in support of Commander Navy Region Hawaii CREDO (Chaplains ™ Religious Enrichment Development Operations) Program. See attached performance work statement for full details and requirements. Periods of performance: First CREDO retreat period of performance is September 9 “ 11, 2016 and the second CREDO retreat period of performance is September 16 “ 18, 2016. Location is Kauai, Hawaii. FOB Destination applies. Responsibility and Inspection: unless otherwise specified in the order, the contractor is responsible for the performance of all inspection requirements and quality control. 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/. The government is unable to award contracts to firms without an active SAM registration. The following FAR and DFARS provision and clauses are applicable to this procurement: 52.204-7System for Award Management 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13SAM Maintenance 52.204-16Commercial and Government Entity Code Reporting 52.204-17Ownership or Control of Offeror 52.204-18Commercial and Government Entity Code Maintenance 52.204-19Incorporation by Reference of Representations and Certifications 52.204-20Predecessor of Offeror 52.209-2Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-10Prohibition on Contracting With Inverted Domestic Corporations 52.209-11Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1Instructions to Offerors 52.212-3 Alt IOfferor Reps and Certs 52.212-4Contract Terms and Conditions--Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28Post Award Small Business Program Rerepresentation 52.222-3Convict Labor 52.222-19Child Labor--Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Affirmative Action for Workers w/ Disabilities 52.222-50Combating Trafficking in Persons 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13Restriction on Foreign Purchases 52.232-33Payment by Electronic Funds Transfer - SAM 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-39Unenforceability of Unauthorized Obligations 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.247-34FOB Destination 52.252-1Solicitation Provisions Incorporated by Reference 52.252-2Clauses Incorporated by Reference 252.203-7000Requirements Relating to Compensation of Former DOD Officials 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.203-7005Representation Relating to Compensation of Former DoD Officials 252.203-7996Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ” Representation (Dev 2016-O0003) 252.203-7997Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016-O0003) 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt ASystem for Award Management 252.204-7008Compliance with Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) 252.204-7011Alternative Line Item Structure 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation 2016-O0001) 252.204-7015Disclosure of Information to Litigation Support Contractors 252.225-7048Export-Controlled Items 252.232-7003Electronic Submission of Payment Requests 252.232-7006Wide Area Workflow Payment Instructions 252.232-7010Levies on Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea REQUIRED SUBMITTALS: Bidders shall submit the COMPLETED BID FORM, FAR 52.212-3 and its ALT I as well as FAR 52.209-11. All clauses shall be incorporated by reference in the order. This announcement will close on July 18, 2016 at 12:00 PM Hawaii Standard Time (HST). All questions regarding this solicitation shall be sent via email to patricia.murakami@navy.mil no later than July 14, 2016 at 12:00 PM HST. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. The contract award will be made to the bidder providing the lowest-priced, technically acceptable quote with favorable past performance. The Past Performance Information Retrieval System (PPIRS) will be used to review the bidder ™s past performance. A firm fixed price contract award is anticipated. All quotes shall include price(s), a point of contact, name and phone number, CAGE code, DUNS, GSA contract number if applicable, business size, and payment terms. Quotes shall not exceed five (5) pages in total, Facsimile quotes will not be accepted. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements of the performance work statement. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416T3140/listing.html)
 
Record
SN04178221-W 20160713/160711235148-2d251b55261fa8c272adf1261ca52656 (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.