SOLICITATION NOTICE
X -- Conference Space - Conference Space
- Notice Date
- 2/4/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- HSHQDC-10-Q-00097
- Archive Date
- 2/27/2010
- Point of Contact
- Andrea Evans, Phone: 202-447-0654
- E-Mail Address
-
Andrea.C.Evans@dhs.gov
(Andrea.C.Evans@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment B, Statement of Work Attachment A, Price Schedule Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number HSHQDC-10-Q-00097 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The type of contract is a firm fixed price. The associated North American Industry Classification System Code (NAICS) is 72110 (Hotels, Except Casino Hotels, Motels) with a small business size standard of $7 million. The Department intends to procure Conference Space, audio visual services, and a communication infrastructure. The conference will be held in Denver, Colorado. The anticipated period of performance is April 25, 2010 through April 30, 2010. Offers are due by 1:00 PM (EST) on February 12, 2010. Offers may be submitted via email to Andrea.C.Evans@dhs.gov. I. PRICING SCHEDULE See Attachment A II. STATEMENT OF WORK See Attachment B III. CLAUSES FAR Clauses incorporated by reference: 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are incorporated by reference. In addition, pursuant to 52.212-5 the following clauses are also incorporated by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires. Clauses in Full text: 52.212-1 Instructions to Offerors-Commercial Items. (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code is 72110 and small business size standard for this acquisition is $7 million. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers should include the following: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This shall include the following: (a) Capability to meet the Statement of Work (no more than 20 pages) which can satisfy the requirement outlined in the statement of work (Attachment B) - To determine the hotels capabilities, the Contractor must furnish information regarding the hotel features and facilities that are being offered, especially their communication infrastructure as stated in the statement of work. Descriptive brochures, literature, and pictures that provide pertinent information will be accepted and reviewed. Data must be submitted with a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. (5) A completed Price Schedule, which is found in Attachment A of the solicitation, including the identification of any discount terms; (6) "Remit to" address, if different than mailing address; (7) Representations and certifications. If the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov, the offeror shall complete only paragraph (j) of the provision 52.212-3 Offeror Representations and Certifications - Commercial Items. If the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall only complete paragraphs (b) through (i) of this provision. (8) Acknowledgment of Solicitation Amendments (if applicable); (9) Past Performance information: The offer shall include past performance information on at least three (3) contracts that occurred within the past three (3) years for the same or similar work. The offeror shall identify contracts (including Federal, State and local government and private) for efforts similar to this requirement. The offerors shall also submit a list of all relevant, recent DHS on-going contracts under which the contractor has performed for at least a year Reference information for all identified contracts shall be provided as follows: (a) Contract Number (b) Description of Services (c) Name of a person familiar with the offeror's performance under the contract (include telephone numbers) (d)Agency or organization (e) Original and final dollar amounts (f) An indication as to whether or not the contract was completed on time and within budget, and an explanation of any failure to do so. Also, the offeror should describe any negative performance issues and corrective actions taken. (5) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (e) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (f) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (g) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (http://assist.daps.dla.mil). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (h) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database.) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (i) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (j) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1: Technical Capability: The offeror's demonstrated technical capability to meet the Government's requirement. Factor 2: Past Performance: The offeror's demonstrated record, as confirmed by references, of successful past performance of the same or substantially similar contract efforts including quality of services or supplies, timeliness of performance and delivery, cost control and the offeror's business relations. Sources (i.e. Government databases or other individuals) other than those identified in the offeror's proposal may be contacted/accessed by the Government. The Government may use the additional information received in its evaluation of the offeror's past performance and responsibility determination. Technical and past performance, when combined, are significantly more important than the cost or price. Although the proposed cost or price is not listed as an evaluation factor, it shall be considered a significant criterion in the overall evaluation of proposals. The factors listed above are in descending order of importance. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Advertisements, Publicizing Awards, and News Releases All press releases or announcements about agency programs, projects, and contract awards need to be cleared by the Program Office and the Contracting Officer. Under no circumstances shall the Contractor, or anyone acting on behalf of the Contractor, refer to the supplies, services, or equipment furnished pursuant to the provisions of this contract in any publicity news release or commercial advertising without first obtaining explicit written consent to do so from the Program Office and the Contracting Officer. The Contractor agrees not to refer to awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to be superior to other products or services. Disruption of Services The performance of this agreement by either party is subject to Acts of God, government regulations, man-made or natural disaster, civil unrest, labor disputes, shortage of materials or any other emergency making it inadvisable or impossible to provide the facilities/services or hold the NCS Training Event. Because of the special nature of this group, should any of the above situations occur in any location in the United States, including its territories, which would require action and participation by the attendees resulting in poor (less than 65%) or no attendance, the National Communications System may cancel or reduce its commitment to the vendor without penalty or liquidated damages.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-10-Q-00097/listing.html)
- Place of Performance
- Address: Denver, Colorado, Denver, Colorado, United States
- Record
- SN02057500-W 20100206/100204234907-73685e882378225ed737aef6c34afbdd (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 |