SOLICITATION NOTICE
X -- COMMANDER NAVY REGION HAWAII CREDO MARRIAGE RETREAT FACILITY AND SERVICES
- Notice Date
- 6/22/2017
- 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
- N0060417Q4036
- Response Due
- 6/30/2017
- Archive Date
- 7/15/2017
- Point of Contact
- PATRICIA MURAKAMI 8084737901
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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-4036. 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. This is a competitive, small business set aside action; the proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing facilities to include lodging, meeting/dining areas, recreation areas, and meals/refreshments, to accommodate twelve (12) 48-hour weekend marriage retreat events on Oahu, Hawaii in accordance with the Performance Work Statement (PWS) to support Commander, Navy Region Hawaii Chaplains Religious Enrichment Development Operations (CREDO) Hawaii program. Period of performance is August 1, 2017 to July 31, 2018 for the base year, with two 12-month options. Responsibility and Inspection: unless otherwise specified in the contract, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR and DFARS provisions and clauses are applicable to this procurement; all clauses shall be incorporated by reference in the contract award. 52.203-3Gratuities 52.203-18Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.203-19Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-7System for Award Management 52.204-13SAM Maintenance 52.204-16Commercial and Government Entity Code Reporting 52.204-18CAGE Maintenance 52.209-7Information Regarding Responsibility Matters 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 52.203-6 with Alt IRestrictions on Subcontractor Sales to the Govt 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9Updates of Publicly Available Information Regarding Responsibility Matters 52.219-6Notice of Total Small Business Set-Aside 52.219-8Utilization of Small Business Concerns 52.219-14Limitations on Subcontracting 52.219-28Post Award Small Business Program Rerepresentation 52.222-3Convict Labor 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-35Equal Opportunity for Veterans 52.222-36Equal Opportunity for Workers w/ Disabilities 52.222-37Employment Reports on Disabled Veterans 52.222-40Notification of Employee Rights Under the National Labor Relations Act 52.222-50Combating Trafficking in Persons 52.222-54Employment Eligibility Verification 52.222-59Compliance with Labor Laws 52.222-60Paycheck Transparency 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 52.217-5Evaluation of Options 52.217-9Option to Extend the Term of the Contract 52.222-60Paycheck Transparency 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving 52.232-18Availability of Funds 52.232-39Unenforceability of Unauthorized Obligations 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.233-2Service of Protest 52.233-3Protest After Award 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 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt ASystem for Award Management 252.204-7008Compliance with Safeguarding Covered Defense Information Controls 252.204-7011Alternative Line Item Structure 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015Notice of Authorized Disclosure of Information for Litigation Support 252.205-7000Provision of Information 252.209-7004Subcontracting w/ Firms Terrorist Country 252.222-7007Representation Regarding Combating Trafficking in Persons 252.225-7012Preference for Certain Commodities 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 252.243-7002Requests for Equitable Adjustment 252.244-7000Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea Required submittals: Quotes submitted must include the following: 1.Completed copies of FAR 52.212-3 and its ALT I; 2.FAR 52.204-201; 3.FAR 52.209-11; 4.The Offeror s acknowledgement with their proposal that they are capable of meeting all requirements of the solicitation and that no exceptions are taken; 5.Past performance information as detailed in Technical Acceptability , below; 6.Prices for all Contract Line Item Numbers (CLINs) for the base year and each of the options, as shown in the table below. CONTRACT LINE ITEM NO. (CLIN) 0001 BASE YEAR (8/1/17 7/31/18) CREDO SERVICES IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT PRICE PER (1) EACH EVENT: $_____________________ 0001 EXTENDED TOTAL BASE YEAR (12 EVENTS) $__________________________ 1001 OPTION 1 (8/1/18 7/31/19) CREDO SERVICES IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT PRICE PER (1) EACH EVENT: $_____________________ 1001 EXTENDED TOTAL OPTION 1 (12 EVENTS) $______________________________ 2001 OPTION 2 (8/1/19 7/31/20) CREDO SERVICES IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT PRICE PER (1) EACH EVENT: $_______________________ 2001 EXTENDED TOTAL OPTION 2 (12 EVENTS) $_____________________________ All quotes shall include price(s) for all CLINs 0001 - 2001, FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 5 pages in total will not be accepted. This announcement will close at 12:00 PM Hawaii Standard Time on June 30, 2017. Questions regarding this solicitation must be received no later than June 26, 2017 and emailed to Patricia Murakami, patricia.murakami@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. Award of the contract resulting from this solicitation will be made to the responsible offeror whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation, and the lowest price. Past performance shall be reviewed; the automated Past Performance Information Retrieval System (PPIRS) and FAR 9.104-6, Federal Awardee Performance and Integrity Information System (FAPIIS) will be used as sources of past performance information. Technical Acceptability- Offers must meet or exceed the performance work statement requirements, specifications, delivery requirements, and other terms and conditions in the solicitation and any subsequent amendments. The Government will evaluate the Technical Submission, to include (a) technical capability acknowledgment and (b) past performance, as acceptable or unacceptable. In order to be considered for award, offerors must receive a rating of acceptable. Technical: Offerors are required to submit an acknowledgement with their proposal that they are capable of meeting all requirements of the solicitation and that no exceptions are taken. Past Performance: The offeror shall submit, as part of its proposal, information on previously performed contracts or on-going contracts that are similar to the performance work statement/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The offeror should not describe past performance history in the proposal. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the offeror. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. The offeror should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the offeror s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the solicitation. NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror shall be determined to have unknown (or neutral ) past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered acceptable. 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/. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060417Q4036/listing.html)
- Record
- SN04554581-W 20170624/170622235233-65edd41d84eab8f8f75ff0c687c2d001 (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 |