Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2012 FBO #4039
SOLICITATION NOTICE

V -- Lodging for NESA CTES 01-13 - Package #1

Notice Date
12/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
 
ZIP Code
22202-5408
 
Solicitation Number
HQ0013DNAC30031
 
Archive Date
1/4/2013
 
Point of Contact
Petra McPherson,
 
E-Mail Address
petra.mcpherson@dsca.mil
(petra.mcpherson@dsca.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS for NESA CTES01-13 Lodging Solicitation Number: HQ0013DNAC30031 Notice Type: Combined Synopsis/Solicitation (i) 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; proposals are being requested and a written solicitation will not be issued. (ii)This solicitation document, HQ0013DNAC30031, is issued as a Request for Quote (RFQ). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62. It is the responsibility of the offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv)This solicitation is issued under FAR Part 13-Simplified Acquisition Procedures. This requirement is to provide lodging with full kitchen facilities and banquet room for a Potluck Dinner for the Near East South Asia Center for Strategic Studies, Combating Transnational Threats Executive Seminar 01-13 (CTES) from 13- 31 January 2013. The North American Classification System (NAICS) code is 721110, size standard is $30M. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. (v)This requirement is to procure lodging as specified in the attached Performance Work Statement. (vi)The requirement shall be Firm Fixed Price (FFP). (vii) Delivery of service is to be performed preferably in Virginia, no more than a 4 mile radius to the Pentagon and within walking distance to the metro station and restaurants for the participants. Quote MUST include all applicable gratuities, service charge, etc. Requirements as follows: 40 efficiency/studio style Sleeping Rooms with full kitchen facilities- Total room nights- 710; 13 January & 31 January - 15 rooms for early arrivals & late departures, 14-30 January - 40 rooms Refreshments for 50 guests- Juice Bar (bottle water, sodas & assorted juices) Banquet room & Utensils to host Potluck dinner (6:30PM-9:00PM) Group will bring outside food for this function - A dish from each country (See PWS attached for a detailed Utensil list) It is essential that the hotel have a restaurant and should be capable of providing a full, hot American breakfast buffet for each lodger. Hotel manager should be aware of dietary requirements of participants. The participants cannot have any pork products or alcohol prepared/cooked in foods or located on their buffet. The hotel will make every effort to keep pork products in a separate area. THE FEDERAL GOVERNMENT IS TAX EXEMPT. This is not a request for an Event Planner. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. (viii) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (ix)Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (x)Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation the most advantageous to the Government, price and other factors is considered (considering price and ability to meet the description of work). (xi) Evaluation Factors a. The Evaluation factors are Cost and Capability 1. Cost: The proposed price to address the requirements 2. Capability: The ability to meet all the solicitation requirements. b. Acceptability Standard for Capability: 1) Contractor has appropriately ready rooms available on the required dates; 2) Contractor is able to meet requirements for breakfast. c. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. (xii)Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. The Government will evaluate offers in response to this request in accordance with FAR Part 13.106 procedures (lowest technically acceptable) and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and the ability to meet all of the solicitation requirements. (xiii)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database at http://www.sam.gov. Offerors are encouraged to, and must upon request, present their representations and certifications through the System for Award Management website at http://www.sam.gov. (xiv)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. 1. Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line times (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions an interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award ISSUE BY DODAAC: HQ0013 ADMIN BY DODAAC: HQ0013 INSPECT BY DODAAC: HQ0013 ACCEPT BY DODAAC: HQ0013 LOCAL PROCESSING OFFICE DODAAC: HQ0013 PAYMENT OFFICE DODAAC: HQ0347 PAYMENT OFFICE FISCAL STATION CODE: DFAS INDIANAPOLIS (xv) Clause at FAR 52.212-5(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil). 52.203-6 ALT1, Restrictions on Subcontracting Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;52.219.4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 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; 523222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in persons; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/; 52.233-3, Protest after Award; 52.246-4, Inspection of Services-Fixed Price; 52.252-2, Clauses Incorporated by Full Text (website provided by http://farsite.hill.af.mil). (xvi) The following DFAR clauses apply to this acquisition: DFARS 252.203-7002, Requirement to inform Employee's of Whistleblower Rights; DFARS 252.203-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items ;252.225-7002, Qualifying Country Sources as Subcontractors; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Request for Equitable Adjustment. Applicable additional clauses under DFARS 252.212-7001 are as follows: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023,Transportation of Supplies by Sea. (xvii)Submission of proposals shall be forwarded by 20 December 2012, 10:00 AM EST. Offerors shall provide a quote using the pricing schedule provided in the PWS of this combined synopsis/solicitation. (xviii)Submission of Quotes: Quotes shall be forwarded to Mrs. Petra McPherson via email to: petra.mcpherson@dsca.mil. Facsimile submission will not be accepted. (xix)The point of contact (POC) for this acquisition is Mrs. Petra McPherson. She may be emailed at petra.mcpherson@dsca.mil. (xx)A detailed requirement description is attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013DNAC30031/listing.html)
 
Place of Performance
Address: Arlington, VA, United States
 
Record
SN02948792-W 20121215/121213234949-8e6d1585943e1dd39e8e5cdf845e37ee (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.