Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SOLICITATION NOTICE

X -- H.E.L.P Conference

Notice Date
5/25/2017
 
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
N0060417Q4026
 
Response Due
5/31/2017
 
Archive Date
6/15/2017
 
Point of Contact
Erin Chapman 808-473-7505
 
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, using Simplified Acquisition Procedures for commercial items found at 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 N00604-17-Q-4026. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Publication Notice 20161222. 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. The proposed contract is other than full and open on a sole source basis to the Hale Koa Hotel. The Small Business Office concurs with this. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing the below requirement in accordance with the Performance Work Statement (Attachment 1). Please submit your costs for CLIN 0001. CLIN 0001 “ Facility Operations Service and Conference Room Rental to host the annual H.E.L.P. (Health Emergencies in Large Populations) course, a multicultural and multidisciplinary learning experience created to enhance professionalism in humanitarian assistance programs conducted in emergency situations. The Period of performance is 10 July 2017 “ 21 July 2017 (Monday through Thursday, 8AM to 5PM and Friday 8AM to 2:30PM). A complete quote in response to this combined synopsis/solicitation must include the completion of FAR 52.209-11 (Attachment 2), FAR 52.212-3 Alt I (Attachment 3). Failure to submit Attachments 2 and 3 may result in your submission being deemed unresponsive. List of Attachments: Attachment 1: Performance Work Statement Attachment 2: FAR 52.209-11 Representation by corporations Regarding Delinquent Tax Liability or a Felong Conviction under any Federal Law. Attachment 3: FAR 52.212-3 Alt I, Offeror Representations and Certifications The following FAR provisions and clauses are applicable to this procurement: 52.203-18Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) 52.203-19Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-7System for Award Management (July 2013) 52.204-13SAM Maintenance (July 2013) 52.204-16Commercial and Government Entity Code Reporting (July 2016) 52.204-18CAGE Maintenance (July 2016) 52.209-11Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Lay (Feb 2016) 52.212-1Instructions to Offerors (Oct 2016) 52.212-3 Alt IOfferor Reps and Certs 52.212-4Contract Terms and Conditions-Commercial Items (May 2015) 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2015) 52.204-10Reporting Executives Compensation and First-Tier Subcontract Awards (Oct 2016) 52.219-28Post Award Small Business Program Representation (July 2013) 52.222-3Convict Labor (June 2003) 52.222-21Prohibition of Segregated Facilities (April 2015) 52.222-26Equal Opportunity (April 2015) 52.222-36Equal Opportunity For Workers w/Disabilities (July 2014) 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13Restriction on Foreign Purchases (June 2008) 52.232-33Payment by Electronic Funds Transfer- SAM (July 2013) 52.222-50Combating Trafficking in Persons (March 2015) 52.232-39Unenforceability of Unauthorized Obligations (June 2013) 52.232-40Providing Accelerated Payments to Small Business Subcontractors (Dec 2013 52.252-1Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. (End of Provision) 52.252-2Clauses Incorporated by Reference 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): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. (End of Clause) Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DOD Officials (Sept 2011) 252.203-7002Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005Representation relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt ASystem for Award Management (May 2013) 252.204-7008Compliance with Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) (Oct 2015) 252.204-7011Alternative Line Item Structure (Sept 2011) 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015Disclosure of Information to Litigation Support Contractors (May 2016) 252.225-7048Export-Controlled Items (June 2013) 252.232-7003Electronic Submission of Payment Requests (Mar 2008) 252.232-7006Wide Area Workflow Payment Instructions (May 2013) 252.232-7010Levies on Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.244-7000Subcontracts for Commercial Items (June 2013) 252.247-7023Transportation of Supplies by Sea (April 2014) This announcement will close at 1400 HST on Wednesday 31 May 2017. For any questions please, contact Erin Chapman, who can be reached at 808-473-7505 or by email Erin.r.chapman1@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Questions regarding this procurement must be submitted by 1400 HST on Tuesday 30 May 2017. This will allow sufficient time to obtain answers and respond before the closing date. Questions received after this deadline will not be considered. 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/. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of the lowest priced technically acceptable offer and a determination of responsibility. The Contracting Officer will rank offerors from lowest to highest price, and review the technical quotes of the three lowest priced offers, if those offers are rated technically acceptable, then award will be made without further evaluating the technical quotes of other offers. The award will be made to the lowest priced technically acceptable offer. The contract will result in an award of a Firm-Fixed Priced Service Type contract. All quotes shall include price(s), completed Attachment 2 “ FAR 52.209-11, Attachment 3 “ FAR 52.212-3 Alt I, FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060417Q4026/listing.html)
 
Record
SN04521731-W 20170527/170525235618-08b9eef2597b8270f6f7efcbac23e3d2 (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.