SOLICITATION NOTICE
X -- Veteran Job Fair - (Draft)
- Notice Date
- 6/28/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- RUHC-17-00014
- Point of Contact
- Jessica A. Phillips, Phone: 2024475563, Tanya M. Hill, Phone: (202) 447-5511
- E-Mail Address
-
jessica.phillips@hq.dhs.gov, Tanya.Hill@hq.dhs.gov
(jessica.phillips@hq.dhs.gov, Tanya.Hill@hq.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment A - Schedule of CLINS (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Government intends to award a Firm-Fixed Price Purchase Order under Simplified Acquisition Procedures (SAP) using FAR Part 13 to the responsible Offeror whose quotation conforming to this synopsis/solicitation that is Technically Acceptable and Lowest Price. (ii) The Request for Quotation (RFQ) Number is: Veterans Job Fair. (iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. (iv) This acquisition is not set aside for Small Businesses. (v) The Contract Line Item Numbers (CLINS), Description, Quantities, and Units of Measure are: See Attachment A (Schedule of CLINS and Statement of Work.) The anticipated date for contract award is on or about July 12, 2017. (vi) The Contract shall provide for conference space in the Washington, DC area in support of the Department of Homeland Security (DHS), Office of the Chief Human Capital Officer (OCHCO) Veterans Job Fair. (vii) Date and place of delivery and acceptance: August 21, 2017 – August 23, 2017 (Time: 7:00 a.m. until 6:00 p.m.) (viii) The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors – Commercial (JAN 2017) applies to this acquisition. The following addendum has been attached to this provision: Offerors’ submissions shall include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Offerors must submit the name and contact information of at least three relevant past performance references wherein they provided they same type and scope of service as required by this RFQ. References shall be for services provided within the last three years. Each Offeror shall submit their Technical Quotation and associated documents as a separate electronic attachment from the Pricing Quotation. The Contractor shall also ensure (in their Technical Quotation) the room specifications to include size, quantity, set-up layout, distance to metro, etc., are outlined in the Technical Quotation. The Pricing Quotation attachment shall include the format shown on Attachment A and include a breakout to show the compilation of the firm fixed price by space/room. (ix) The provision at 52.212-2, Evaluation-Commercial Items (OCT 2014) applies to this acquisition. The following factors shall be used to evaluate offers: 1) Technical Capability, 2) Experience/Past Performance, and 3) Price. Technical Capability and Experience/Past Performance are of equal importance. However, when combined, they are significantly more important than price. The technical quotation shall include details describing the contractor’s ability to provide the space and service requirements outlined in Attachment A and the Statement of Work. Please note: as part of the technical evaluation process, the Government may conduct a site-visit to examine the space proposed and the overall quality of the space including, but not limited to security and distance from metro. Your technical quotation shall not exceed five (5) pages not including brochures and other documentation. There are no page limitations to the price quotation. (x) FAR 52.212-3 Offeror Representations and Certifications—Commercial Items (JAN 2017) applies to this acquisition. The Federal Acquisition Regulation (FAR) requires offerors to complete annual representations and certifications electronically via the System for Award Management at www.sam.gov/portal. The offeror is hereby required to complete the annual offeror representations and certifications prior to the response due date. (xi) The FAR clause at 52.212-4, Contract Terms and Conditions—Commercial Items (JAN 2017), applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The FAR provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Jan 2017) applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016); 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016); 52.219-28 Post-Award Small Business Program Representation (Jul 2013); 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011); 52.222-3 Convict Labor (June 2003); 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Oct 2016); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26 Equal Opportunity (Sept 2016); 52.222-35 Equal Opportunity for Veterans (Oct 2015); 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014); 52.222-50 Combating Trafficking in Persons (Mar 2015); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-1 Buy American--Supplies (May 2014); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015); 52.232-33 Payment by Electronic Funds Transfer – System for Award Management (Jul 2013); 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013); (xiii) The following additional clauses are cited: FAR 52.204-7 System for Award Management (Oct 2016); HSAR 3052.209-70 Prohibition on contracts with corporate expatriates; HSAR 3052.242-72 Contracting Officer’s Technical Representative. Full text of FAR and HSAR clauses and provisions incorporated by reference can be found at www.aquisition.gov/ and at http://farsite.hill.af.mil/VFHSARA.HTM (respectively). (xiv) Rating under the Defense Priorities and Allocations System (DPAS) – N/A. (xv) Any requests for additional information or explanations concerning this document must be received via email to the point of contact noted below no later than 12:00 pm Eastern Standard Time on Friday, June 30, 2017. In order to receive responses to questions, offerors must cite the section, paragraph number, and page number. Offers are due no later than Wednesday, July 12, 2017 – 12:00 PM EST and must be submitted electronically (via email) to the individuals noted in section “xvi”. A separate solicitation document is not available. (xvi) For more information regarding this RFQ please contact Jessica Phillips, Contract Specialist, (202) 447-5563 /Jessica.Phillips@hq.dhs.gov and Tanya M. Hill, Contracting Officer, (202) 447-5511 / Tanya.Hill@hq.dhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RUHC-17-00014/listing.html)
- Place of Performance
- Address: Office of Procurement Operations, United States
- Record
- SN04561456-W 20170630/170628235220-4b23d6ac4e9d7af06d601ce47e2a3c3d (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 |