Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2018 FBO #5908
SOLICITATION NOTICE

X -- 2018 CHIEFS OF DEFENSE CONFERENCE SERVICES

Notice Date
1/24/2018
 
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
N0060418Q4014
 
Response Due
2/24/2018
 
Archive Date
3/11/2018
 
Point of Contact
Robert Dunn 808-473-7964
 
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 under FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items, 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 the Federal Business Opportunities (FBO) and the Navy Electronic Commerce Online (NECO) (https://www.neco.navy.mil/) Websites. Changes to the solicitation are valid only through the official issuance of amendments. The Request for Quote (RFQ) number is N0060418Q4014. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-96 and DFARS Publication Notice 20171228. 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 $32.5 (millions of dollars). This is a competitive, unrestricted action. The Small Business Office concurs with this action. NAVSUP Fleet Logistics Center, Pearl Harbor requests responses from qualified sources capable of providing the following services in accordance with the Performance Work Statement (Attachment 1), and Wage Determination 96-0259 (Rev.-35) dated 12/26/2017 (Attachment 2). A Quote Submittal Spreadsheet (Attachment 3) shall be used to provide the costs per contract line item (CLIN). CLIN 0001 MEETING ROOMS (to include all costs associated with rooms) CLIN 0002 OTHER SERVICES CLIN 0003 BILLETING CLIN 0004 TELECOMMUNICATIONS SERVICES (*NTE $1,000.00) CLIN 0005 ADMINISTRATIVE SUPPLIES AND LINEN SERVICES (*NTE $5,000.00) Offerors shall not provide a quote for CLINS 0004 and 0005 as the government has provided NTE costs for each CLIN. Additionally, the offeror shall complete both FAR 52.212-3 Alt I and FAR 52.209-11 (Attachment 4) and include with their quote submission. List of Attachments: Attachment 1: Performance Work Statement (PWS) Attachment 2: Wage Determination 96-0259 (Rev.-35) dated 12/26/2017 Attachment 3: Quote Submittal Spreadsheet Attachment 4: FAR 52.212-3 Alt I, and FAR 52.209-11 The period of performance is 7 “ 15 September 2018. Actual conference dates are 10 “ 12 September 2018. The location is Honolulu, Hawaii. 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 procurement: 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 52.209-11Representation 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 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 52.219-4Notice of Price Evaluation Preference for HUB Zone SB Concerns 52.219-8Utilization of Small Business Concerns 52.219-28Post Award Small Business Program Representation 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 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13Restriction on Foreign Purchases (June 2008) 52.232-33Payment by Electronic Funds Transfer “ SAM 52.222-41Service Contract Labor Standards 52.222-42Statement of Equivalent Rates: 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 ClassMonetary / Wage “ Fringe Benefits 07130 Food Service Worker $12.27 / WG-2 step 2 36.25% 07260 Waiter/Waitress $13.51 / WG-3 step 2 36.25% (End of Clause) 52.222-44Fair Labor Standards Act-Price Adjustment 52.222-55Minimum Wages Under Executive Order 13658 52.222-62Paid Sick Leave Under Executive Order 13706 52.232-39Unenforceability of Unauthorized Obligations 52.232-40Providing Accelerated Payments to Small Businesses 52.233-2Service of Protest 52.233-3Protest After Award 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://www.acquisition.gov/far/ 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://www.acquisition.gov/far/ 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 252.203-7002Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation 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 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.209-7004Subcontracting w/Firms ¦Terrorist Country 252.215-7008Only One Offer 252.222-7007Representation Regarding Combating Trafficking in Persons 252.225-7012Preference for Certain Commodities 252.225-7048Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7006Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea This announcement will close at 11:00 AM Hawaii Standard Time (HST) on 24 February 2018. Questions regarding this RFQ are due no later than 11:00 AM HST on 30 January 2018. Contact Mr. Robert Dunn who can be reached at email Robert.dunn@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. Procedures in FAR 13.106 are applicable to this procurement. Award will be made to the lowest priced technically acceptable quotation. An offerors quote will be evaluated as technically acceptable by providing a complete quote utilizing Attachment 3 and by providing the FAR provisions under Attachment 4. Additionally, the offeror must meet all requirements and take no exceptions to the PWS to be evaluated as technically acceptable. The Contracting Officer will rank quotes from lowest to highest price, and review the technical quotes of the three lowest priced quotes, if those quotes are rated technically acceptable, then award will be made to the lowest priced technically acceptable quote without further evaluating the technical acceptability of the other quoters. Performance Information Retrieval System (PPIRS) will be utilized as a source for past performance information. 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/. All quotes shall include price(s), FOB point, a point of contact, name, e-mail and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements in the PWS. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060418Q4014/listing.html)
 
Record
SN04797746-W 20180126/180124230913-4363206209a3e08888c03bef2f5916f3 (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.