Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2017 FBO #5728
SOLICITATION NOTICE

X -- X1AB - Lease/Rental of Conference space and facilities

Notice Date
7/28/2017
 
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
N0060417Q4061
 
Response Due
8/3/2017
 
Archive Date
8/18/2017
 
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 and FAR Part 13, using Simplified Acquisition Procedures. 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-4061. 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 a competitive, unrestricted action. The NAVSUP Fleet Logistics Center, Pearl Harbor requests quotations from qualified sources capable of providing the following services which will result in a Firm Fixed Price (FFP) contract: CLIN 0001 “ 1 Group, Meeting room facilities and lodging room services to accommodate approximately 40 participants for the Pacific Area Security Sector Working Group South Asia (PASSWG SA) in Honolulu, Hawaii, in accordance with attached Performance Work Statement (PWS). 1. (1) Main Event Room 2. Main Event Room AV/Computer requirements 3. (2) Small Group Meeting Rooms 4. Small Group Meeting Room AV/computer requirements 5. Group Photo venue for an Event photograph 6. 10 Parking Passes 7. 20 Contracted Rooms The following attachments apply: ATTACHMENT 1: Performance Work Statement ATTACHMENT 2: FAR Provision 52.212-3 with Alt I ATTACHMENT 3: FAR Provision 52.209-11 ATTACHMENT 4: Wage Determination WD 96-0259 Rev 32 Period of Performance: Monday, 11 September 2017 “ Friday, 15 September 2017 Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this solicitation: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 CAGE Maintenance 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items including: 52.204-10-Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6- Protecting the Government ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-4- Notice of Price Evaluation Preference for HUBZone SB Concerns 52.219-28-Post Award Small Business Program Rep 52.222-3- Convict Labor 52.222-50- Combating Trafficking Persons 52.222-21- Prohibition of Segregated Facilities 52.222-26- Equal Opportunity 52.222-36- Equal Opportunity for Workers w/Disabilities 52.223-18- Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13- Restrictions on Certain Foreign Purchases 52.232-33- Payment by Electronic Funds Transfer 52.232-39-Unenforceability of Unauthorized Obligations 52.232-40- Providing Accelerated Payments to Small Business Subcontractors 52.233-3- Protest after Award 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 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): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ (End of provision) 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): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ (End of clause) Additional contract terms and conditions applicable to this solicitation are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions. 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea A complete quote in response to this solicitation must include the completion of FAR 52.212-3 and its ALT I (Attachment 2), and FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Attachment 3). Failure to submit Attachments 2, and 3 may result in your quote being deemed unresponsive. Award will be on the Low Price Technically Acceptable (LPTA) offer: 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 the other offers. The award will be made to the lowest priced, technically acceptable offer. An award shall be made to the responsible offeror submitting a technically acceptable quote, per the attached PWS. To be considered for evaluation, offerors must quote on all items/services listed in the solicitation and PWS and take no exception. Additionally, the contractor shall be an authorized and licensed facility provider in the State of Hawaii, and the facility shall have a minimum 3-star rating or equivalent from an internationally recognized travel-rating agency. The Contractor shall provide an on island point-of-contact (POC) for scheduling and coordination purposes. The hotel venue provided in the quote shall not change after the contract is awarded. In the event, that no contractors cannot provide the meeting room facilities and lodging room services requirements in one hotel facility as stated in the PWS, then provide an alternative approach to meeting all requirements of the PWS. The Government reserves the right to make an award to the offeror who can provide the best approach for the requested performance dates. This announcement will close at 1100 HST on Thursday, 03 August 2017. For any questions, please contact Ms. Erin Chapman via email at Erin.r.chapman1@navy.mil. 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/. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Please submit questions no later than Tuesday, 01 August 2017 at 1000 HST. Questions received after this deadline will not be considered. All quotes shall include price(s), 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. Oral quotes will not be accepted. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060417Q4061/listing.html)
 
Record
SN04602673-W 20170730/170728231809-afebbe5467a1e78b968545790ee5231c (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.