MODIFICATION
X -- X1AB Lease and Rental Facilities
- Notice Date
- 12/5/2017
- Notice Type
- Modification/Amendment
- 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
- N0060418Q4006
- Response Due
- 12/6/2017
- Archive Date
- 12/20/2017
- Point of Contact
- Mark Lowe 808-473-7545
- Small Business Set-Aside
- Total Small Business
- Description
- ***Extending to solicit to all Small Business concerns*** 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 N0060418Q4006. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-96 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 100% small business set aside. The Small Business Office concurs the set-aside decision. 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), and Wage Determination 96-0259 (REV.34) (Attachment 2). Please submit your costs for CLIN 0001 “ 0005 on the Quote Submittal Spreadsheet (Attachment 3). CLIN 0001 “ Lodging CLIN 0002 “ Meeting Rooms CLIN 0003 “ Meals CLIN 0004 “ Parking CLIN 0005 “ Childcare The Period of performance is Friday, 19 January 2018 through Sunday, 21 January 2018. A complete quote in response to this combined synopsis/solicitation must include the completion of FAR 52.209-11 (Attachment 4), FAR 52.212-3 Alt I (Attachment 5), and the Quote Submittal Spreadsheet (Attachment 3). Failure to submit Attachments 3, 4, and 5 may result in your submission being deemed unresponsive. List of Attachments: Attachment 1: Performance Work Statement Attachment 2: Wage Determination 96-0259 (REV. 34) Attachment 3: Quote Submittal Spreadsheet Attachment 4: FAR 52.209-11 Representation by corporations Regarding Delinquent Tax Liability or a Felong Conviction under any Federal Law. FAR 52.212-3 Alt I, Offeror Representations and Certifications The following FAR provisions and clauses are applicable to this procurement: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-7 System for Award Management (July 2013) 52.204-13 SAM Maintenance (July 2013) 52.204-16 Commercial and Government Entity Code Reporting (July 2016) Last revised: 10/15/15 52.204-18 CAGE Maintenance (July 2016) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Lay (Feb 2016) 52.212-1 Instructions to Offerors (Oct 2016) 52.212-3 Alt I Offeror Reps and Certs 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2015) 52.204-10 Reporting Executives Compensation and First-Tier Subcontract Awards (Oct 2016) 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment ( Oct 2015) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post Award Small Business Program Representation (July 2013) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (April 2015) 52.222-26 Equal Opportunity (April 2015) 52.222-36 Equal Opportunity For Workers w/Disabilities (July 2014) 52.222-50 Combating Trafficking in Persons (March 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13 Restriction on Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer- SAM (July 2013) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-42 Statement of Equivalent Rates ¦ (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only. It is not a Wage Determination. Employee Class: WG-1 Step 2 Monetary Wage-Fringe Benefits: 32.85% Employee Class: WG-2 Step 2 Monetary Wage-Fringe Benefits: 32.85% Employee Class: WG-3 Step 2 Monetary Wage-Fringe Benefits: 32.85% Employee Class: WG-6 Step 2 Monetary Wage-Fringe Benefits: 32.85% Employee Class: GS-4 Step 1 Monetary Wage-Fringe Benefits: 32.85% Last revised: 10/15/15 (End of Clause) 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015) 52.222-50 Combating Trafficking in Persons (March 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 Protest After Award 52.252-1 Solicitation 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) 52.252-2 Clauses 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: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sept 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005 Representation relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt A System for Award Management (May 2013) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) (Oct 2015) 252.204-7011 Alternative Line Item Structure (Sept 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016) 252.225-7048 Export-Controlled Items (June 2013) 252.232-7003 Electronic Submission of Payment Requests (Mar 2008) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.244-7000 Subcontracts for Commercial Items (June 2013) 252.247-7023 Transportation of Supplies by Sea (April 2014) Last revised: 10/15/15 This announcement will close at 1000 HST on Wednesday 06 December 2017. For any questions please, contact Mark Lowe, who can be reached at 808-473-7545 or by email mark.lowe1@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. 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. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060418Q4006/listing.html)
- Record
- SN04756612-W 20171207/171205230952-baa8dfdb9fe4b39cef6174ea0ca4bfd0 (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 |