Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2021 SAM #7141
SOLICITATION NOTICE

X -- 2021 CHIEFS OF DEFENSE CONFERENCE SERVICES

Notice Date
6/18/2021 10:44:36 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060421Q4050
 
Response Due
6/24/2021 12:00:00 AM
 
Archive Date
07/09/2021
 
Point of Contact
Robert Dunn 808-473-7964
 
E-Mail Address
robert.dunn@navy.mil
(robert.dunn@navy.mil)
 
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 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 both on SAM.gov (https://sam.gov/) and NECO (https://www.neco.navy.mil/) . The RFQ number is N0060421Q4050. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-05 and DFARS Publication Notice 20210603. 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 $35Mil. This is a competitive, unrestricted action. The Small Business Office concurs with this action. The NAVSUP Fleet Logistics Center, Pearl Harbor, Regional Contracting Office, requests responses from qualified sources capable of providing services in accordance with the Performance Work Statement (Attachment 1). A Quote Submittal Spreadsheet (Attachment 2) shall be used to provide the cost per contract line item (CLIN). CLIN 0001 MEETING ROOMS (to include all costs associated with rooms) CLIN 0002 OTHER SERVICES CLIN 0003 BILLETING Period of performance: August13 � 20, 2021. Actual Conference is August 16 -18, 2021. Location: Honolulu, Hawaii Method of Payment: Wide Area WorkFlow (WAWF) Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Contract Type: Firm Fixed Price List of Attachments: Attachment 1: Performance Work Statement (PWS) Attachment 2: Quote Submittal Spreadsheet Attachment 3: FAR 52.212-3 (FEB 2021) and Alt I, and FAR 52.204- 24 (OCT 2020) The following provisions and clauses are applicable to this procurement: 52.203-12 Limitation on Payments to Influence Certain Federal Transactions JUN 2020 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-7 System for Award Management OCT 2018 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities JUL 2018 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment OCT 2020 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment AUG 2020 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JUN 2020 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.212-1 Instructions to Offerors�Commercial Items JUN 2020 52.212-3 Offeror Representations and Certifications�Commercial Items--Alternate I OCT 2014 52.212-4 Contract Terms and Conditions�Commercial Items OCT 2018 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items JAN 2021 52.219-28 Post-Award Small Business Program Rerepresentation NOV 2020 52.222-3 Convict Labor JUNE 2003 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-35 Equal Opportunity for Veterans JUN 2020 52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020 52.222-37 Employment Reports on Veterans JUN 2020 52.222-50 Combating Trafficking in Persons OCT 2020 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services�Requirements MAY 2014 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020 52.232-33 Payment by Electronic Funds Transfer�System for Award Management OCT 2018 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 52.252-2 Clauses Incorporated by Reference FEB 1998 52.252-5 Authorized Deviations in Provisions NOV 2020 As prescribed in 52.107(e), insert the following provision in solicitations that include any FAR or supplemental provision with an authorized deviation. Whenever any FAR or supplemental provision is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the provision when it is used without deviation, include regulation name for any supplemental provision, except that the contracting officer shall insert (DEVIATION) after the date of the provision. Authorized Deviations in Provisions (Nov 2020) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of clause) 52.252-6 Authorized Deviations in Clauses NOV 2020 As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert (DEVIATION) after the date of the clause. Authorized Deviations in Clauses (Nov 2020) (a) The use in this solicitation or contract of any Federal Acquisition Regulations (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of clause) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services- Representation DEC 2019 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. NOV 2020 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) MAY 2020 (DEVIATION) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015) MAY 2020 (DEVIATION) 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) FEB 2020 (DEVIATION) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.244-7000 Subcontracts for Commercial Items JAN 2021 252.247-7023 Transportation of Supplies by Sea�Basic FEB 2019 Questions: Will be accepted until 1600 hours on Tuesday June 22, 2021 HST. Submit questions to Robert.dunn@navy.mil. Quote submittal deadline: This announcement will close at 1600 hours on Thursday June 24, 2021 HST. All quotations shall be submitted to Robert Dunn via email at Robert.dunn@navy.mil. Oral communications are not acceptable in response to this notice. Quoters should also include attachment 3 with their quote submission. Award: Award of the contract resulting from this solicitation will be made to the responsible offeror whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation, and the lowest price. The final contract award will be based on a determination of responsibility in accordance with FAR 9.1 and the lowest priced technically acceptable offer. The Quoter�s technical acceptability will be evaluated against the requirements in the Statement of Work. Technical Acceptability will be rated on an �acceptable� or �unacceptable� basis using the ratings in the table below. By providing a quote, Quoter acknowledges they take no exceptions to the PWS, solicitation, or any instructions contained therein. Technically Acceptable/Unacceptable Ratings: Acceptable: Offer clearly meets the minimum technical requirements of the solicitation. Unacceptable: Offer does not clearly meet the minimum technical requirements of the solicitation 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 should 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. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a5bb8a2c8e6645f5a4c652c16b620ce3/view)
 
Record
SN06036378-F 20210620/210618230106 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.