SOLICITATION NOTICE
X -- Conference Facilities and Services for PASOC Conference in March
- Notice Date
- 12/13/2012
- 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
- N0060413T3027
- Response Due
- 12/21/2012
- Archive Date
- 1/21/2012
- Point of Contact
- Keely Bell 808-473-7666
- E-Mail Address
-
Contract Specialist
(keely.k.bell@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items/services prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, 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 (http://www.neco.navy.mil/). The RFQ number is N00604-13-T-3027. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-61 and DFARS Change Notice 20121212. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 721111 (Lease/Rental of conference space and facilities) and the Small Business Standard is $30 mil. The NAVSUP FLC Pearl Harbor Regional Contracting Office intends to solicit this requirement on an unrestricted basis and award the proposed requirement as a Firm Fixed Price award. NAVSUP FLC Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing: CLIN 0001: CONFERENCE FACILITY SERVICES, QTY. 1 GROUP @ $________________ For the Pacific Area Special Operations Conference (PASOC) to be held March 4, 2013 thru March, 7 2013 in Honolulu, HI. Services are to be provided in accordance with the performance work statement (PWS) incorporated herein. 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: 52.204-99 (Dev), System for Award Management Registration 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation 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 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer- CCR 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference Offerors are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7010, Levies on Contract Payments Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Lowest Price, Technically Acceptable (LPTA) Award will be made to the offeror whose price is lowest among all proposals that were deemed to be technically acceptable. Technical acceptability is defined as an Offeror ™s technical capability to meet ALL requirements outlined in the performance work statement. This announcement will close at 1600 HST on 21 DEC 2012. Contact Keely Bell, Contract Specialist, who can be reached at 808-473-7666 or email keely.k.bell@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). Offerors must be registered in the SAM database (formerly CCR) to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/. All quotes shall include unit and total price with performance period and point of contact name and phone number. Each response must clearly indicate the capability of the Offeror to meet all specifications and requirements. All quotes shall include unit and total price with performance period and point of contact name and phone number. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the Offeror to meet ALL specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060413T3027/listing.html)
- Place of Performance
- Address: HQ SOCPAC SOJ4, BOX 64046
- Record
- SN02947994-W 20121215/121213234117-375ec0a31df2f546b63139eb1779d32b (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 |