Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2019 FBO #6365
MODIFICATION

V -- Family Enrichment Retreat services (includes lodging, conferencerooms with audio/video equipment, and meals/beverages)

Notice Date
4/26/2019
 
Notice Type
Modification
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional ContractsDepartment (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
92136
 
Solicitation Number
N0024419Q0128
 
Response Due
3/27/2019
 
Archive Date
5/3/2019
 
Point of Contact
Kimberly Rieder 619-556-5239
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-19-Q-0128. The RFQ and incorporated provisions and clauses are those in effect through FAR FAC 2019-01 and DFARS-DPN 20190215. This solicitation is issued as unrestricted NAICS Code 721110 Hotels (except Casino Hotels) and Motels is applicable and business size is $32.5 million. ************************************************************************** Line Item 0001: Family Enrichment Retreat services. Services shall be provided in accordance with the Performance Work Statement (PWS) herein. Period of performance is June 7-9, 2019. Services shall be provided within 60 miles of Port Hueneme. Inspection and acceptance will be made at Origin by the Government. Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and DFARS 252.232-7006. Contractors must confirm acceptance of the invoicing method and payment with quote. Requests for technical and or contractual clarification are to be submitted to the Contract Specialist via email: kimberly.rieder@navy.mil. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL received no later than COB 5:00PM (PST) on March 22, 2019. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: http://farsite.hill.af.mil It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government. The following Clauses are applicable: FAR 52.212-1, Instructions to Offerors - Commercial Items; ADDENDUM TO FAR 52.212?1 ? INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS As prescribed in FAR 12.302(d) the following addendum is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: A. GENERAL INSTRUCTIONS This section of the Instructions to Quoting Contractors (IQC) provides general guidance for preparing quotes as well as specific instructions on the format and content of the quotes. The quoting contractor?s quote must include all information requested by the IQC and must be submitted in accordance with (IAW) these instructions. Any Quoting Contractor who submits an incomplete quote may be considered ineligible for award. Non?conformance with the instructions provided in the IQC may result in an unfavorable quote evaluation. Quoting Contractors should submit formal communications such as requests for clarifications and/or information via email. Inquiries shall be emailed to the NAVSUP FLC San Diego Code 240 contract specialist at kimberly.rieder@navy.mil no later than COB 5:00PM (PST) on March 25, 2019. The Quote shall be clear, concise, and shall include sufficient detail for effective evaluation for substantiating the validity of stated claims. The Quote should not simply rephrase or restate the Governments requirements, but rather shall provide convincing rationale to address how the Quoting Contractor intends to meet these requirements. Quoting Contractor shall assume that the Government has no prior knowledge of their facilities and experience and will base its evaluation on the information presented in the Contractor?s Quote. Elaborate brochures or documentation, binding, detailed artwork, or other embellishments are unnecessary and are not desired. There will be no binder labels, only cover sheets in front of each volume with the company name, address, point?of?contact, phone and email address, along with DUNS number, and CAGE code. The quote must be valid for 60 days. B. QUOTE PREPARATION INSTRUCTIONS Quotes must be complete and submitted prior to the due date. Quotes shall be clearly identified and be submitted electronically to the following: NAVSUP FLC San Diego Code 240 Contract Specialist Kimberly Rieder Phone: 619-556-5239 Email: Kimberly.rieder@navy.mil Email maximum is limited to 10MB or in sequential (1 of 2?) order. Microsoft Word, Excel and PowerPoint, as well as Adobe PDF documents are acceptable. All other documentation formats will not be accepted. Pricing breakdowns may be submitted in EXCEL file types. Quotes shall include the following: 1) Technical Information 2) Past Performance Information on the attached Past Performance Data sheet 3) Pricing Information To assure timely and equitable evaluation of quotes, quoting contractors must follow the instructions contained herein. Quoting Contractors are required to meet all solicitation requirements, included terms and conditions, representation and certifications and technical requirements, in addition to those identified as evaluation factors. Failure to meet requirements may result in an offer being ineligible for award. EXCEPTIONS TO SOLICITATION REQUIREMENTS Quoting Contractors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in a quote being ineligible for award. FAR 52.212-2 Evaluation of Commercial Items; A. BASIS OF AWARD: The Government will award a Firm Fixed Price (FFP) contract resulting from this solicitation. Award will be made to the responsible contractor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. To be eligible for award, the Quoting Contractor must fully comply and sufficiently address all Performance Work Statement (PWS) requirements and comply with all of the solicitation requirements. As such, offers that take exception to any terms or conditions of this RFQ, propose any additional terms or conditions, or omit any required information, may not be considered for award. Alternate proposals are NOT authorized and will be rejected. The Government intends to award this contract without discussions. Notwithstanding this intent, the Government reserves the right to conduct discussions with Quoting Contractor as necessary. Contractor?s that take exception to the Government?s technical requirements in the PWS will not be considered for award; therefore, any exception to the Government?s technical requirements must be resolved prior to the solicitation closing date. To be considered eligible for award, each Quoting Contractor must submit a single proposal that contains a complete and accurate response to the requirements of this solicitation. The Government will accept only one offer. Multiple awards will not be made. B. EVALUATION FACTORS: Award will be made to the contractor that submits the lowest priced quote that meets all acceptable evaluation factors: Factor (i) Technical capability Factor (ii) Past Performance Factor (ii) Price Technical capability is considered more important than past performance and price. Only those quotations which meet the minimum requirements required by Factor (i) will be further evaluated under Factors (ii) and (iii). Factor (i) Technical Capability Under Factor (i) Technical Capability, contractors shall comply with the all aspects of the performance work statement. In order to be deemed technically acceptable, contractors must provide written technical documentation in accordance with FAR 52.212-1(b)(4) demonstrating their ability to meet ALL the technical specifications of the PWS. Written technical documentation shall include written statements demonstrating the Contractor?s understanding of all the requirements in the PWS, complete cancellation policy, and brochures or photos demonstrating. A statement of ?I concur? or ?Acknowledge? will not be accepted and mirroring (or copying) back what is listed in the SOW or Specifications as your response will not be accepted. Contractors that provide all the supporting technical documentation requested by this solicitation will be evaluated by the Governments technical evaluation board. If the information and data is determined to be sufficient for proper evaluation purposes to allow the Government to make a reasonable determination of the contractor?s technical capability, quotations will be rated as ?Acceptable?. Contractors that do not provide supporting technical information or data submitted is determined to be insufficient for proper evaluation purposes to allow the government to make a reasonable determination of the contractor?s technical capability will be rated as ?Unacceptable?. A rating of ?Unacceptable? will preclude any further evaluation. The following ratings listed below will be used to evaluate Technical Capability: Technically Acceptable/Unacceptable Ratings Rating Description Acceptable Contractor clearly meets the minimum requirements of the solicitation. Unacceptable Contractor does not clearly meet the minimum requirements of the solicitation. Factor (ii) Past Performance Past performance information will be assessed based on the quoting contractor?s record of relevant and recent past performance information that pertains to the services outlined in the solicitation requirements. Quoting contractors shall provide Past Performance data based on recency and relevancy. Data should address the quoting contractor?s three most recently completed contracts where the same type or similar services have been performed and shall not have exceeded three years since completion for the same or similar services as identified in the PWS. Past Performance references may include federal, state, or local government and private contracts performed by the quoting contractor that were similar in nature for this effort being evaluated. Past Performance factors shall be rated as ?ACCEPTABLE?, ?UNACCEPTABLE? or ?NEUTRAL? The following ratings listed below will be used to evaluate Past Performance. Past Performance Acceptable/Unacceptable Ratings: Rating Description Acceptable Vendor has relevant past performance, no monetary assessment for non-conforming services, no terminations for default, met contract requirements for timely delivery and customer service. Unacceptable Monetary assessment for non-conforming services, terminations for default or cause, poor performance, such as untimely delivery, poor customer service and inadequate equipment Neutral No relevant past performance data available for evaluation. In the case of a quoting contractor without a record of relevant past performance or for whom information on past performance is not available, the quoting contractor may not be evaluated favorably or unfavorably on past performance. Therefore, the quoting contractor shall be determined to have neutral past performance. To be eligible for award, the Government must evaluate the Past Performance factor as either Acceptable or Neutral. A past performance rating of Unacceptable will not be eligible for award. The Government will give an Acceptable Past Performance rating to quotes where the quoting contractor has relevant past performance, no monetary assessment for non-conforming services, no terminations for default, met contract requirements for timely delivery and customer service. Quotes that are rated unacceptable for Past Performance will not be eligible for award. Factor (iii) Price Award will be made to the quoting contractor whose quote contains the combination of those criteria quoting the lowest price technically acceptable quote to the Government. By submitting a signed quote under this solicitation, the Quoting contractor asserts that it is technically capable of performing in accordance with the Performance Work Statement. A written notice of award or acceptance of a quote, emailed or otherwise furnished to the successful quoting contractor within the time of acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote?s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Applicable Provisions and Clauses: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements ? Representation FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a ?fill-in.? All applicable fields must be completed. FAR 52.212-4 Contract Terms and Conditions Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) FAR 52.233-4 Applicable Law for Breach of Contract claim. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area Work Flow Payment Instructions; DFARS 252.232-7010 Levies on Contract Payments. REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 937 North Harbor Drive, San Diego, CA 92132-0060. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the contracting officer or reviewing official. Quoting contractor?s should note this review of the Contracting Officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. UNIT PRICES (OCT 2001) Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. Quotation information may be submitted electronically via e-mail. Submit responses to: kimberly.rieder@navy.mil. Reference solicitation number: N00244-19-Q-0128 on all documents. Quotes must be received no later than COB 1700 (PST) on March 27, 2019. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024419Q0128/listing.html)
 
Record
SN05294590-F 20190428/190426230041 (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.