Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2015 FBO #5017
SOLICITATION NOTICE

X -- CREDO Marriage Enrichment Retreat on the island of Kauai

Notice Date
8/17/2015
 
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
N0060415T3134
 
Response Due
8/24/2015
 
Archive Date
9/8/2015
 
Point of Contact
Christine Teramoto 808-473-7581
 
Small Business Set-Aside
N/A
 
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 the test program for commercial items found at FAR 13.5, 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 (https://www.neco.navy.mil/). The RFQ number is N00604-15-T-3134. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83 and DFARS Publication Notice 20150803. 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 $32.5M. The proposed contract is Unrestricted and the Small Business Office concurs. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing the requirement for the CREDO Marriage Enrichment Retreat below in accordance with Attachment 3 “ Performance Work Statement. CLIN 0001 “ Lodging in accordance with Attachment 3 “ Performance Work Statement CLIN 0002 “ Meeting Room in accordance with Attachment 3 “ Performance Work Statement CLIN 0003 “ Meals and Refreshments in accordance with Attachment 3 “ Performance Work Statement CLIN 0004 “ Parking in accordance with Attachment 3 “ Performance Work Statement CLIN 0005 “ Sign-Up Table in accordance with Attachment 3 “ Performance Work Statement The Period of Performance is 25 September 2015 through 27 September 2015. The Place of Performance is on the island of Kauai. A complete quote in response to this combined synopsis/solicitation includes the completion of Attachment 2 “ DFARS 252.209-7993 and Attachment 5 “ CREDO Quote Sheet. Failure to submit Attachments 2 and 5 may result in your submission being deemed unresponsive. Attachments: Attachment 1: FAR 52.212-3 Alt 1 “ Reps and Certs Attachment 2: DFARS 252.209-7993 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability Or a Felony Conviction Under any Federal Law ”Fiscal Year 2015 Appropriations Attachment 3: Performance Work Statement Attachment 4: Wage Determination Attachment 5: CREDO Quote Sheet The following FAR provision and clauses are applicable to this procurement: 52.204-7System for Award Management (July 2013) 52.204-13SAM Maintenance (July 2013) 52.209-2Prohibition on Contracting with Inverted Domestic Corporations--Representation (Dec 2014) 52.212-1Instructions to Offerors 52.212-4Contract Terms and Conditions--Commercial Items (Dec 2014) 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2014) 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) 52.219-28Post Award Small Business Program Representation (July 2013) 52.222-3Convict Labor (June 2003) 52.222-19Child Labor--Cooperation with Authorities and Remedies (Mar 2012) 52.222-21Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36Affirmative Action for Workers w/ Disabilities (July 2014) 52.222-50Combating Trafficking in Persons (Feb 2009) 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13Restriction on Foreign Purchases (June 2008) 52.232-33Payment by Electronic Funds Transfer - SAM (July 2013) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-42 Statement of Equivalent Rates ¦ (May 2014) As prescribed in 22.1006(b), insert the following clause: Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee ClassMonetary Wage -- Fringe Benefits GS-4 $13.90 (End of Clause) 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2014) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-55Minimum Wages Under Executive Order 13658 (Dec 2014) 52.222-99Establishing a Minimum Wage for Contractors (Deviation) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.252-1 Solicitation Provisions Incorporated by Reference As prescribed in 52.107(a), insert the following provision: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm (End of Provision) 52.252-2 Clauses Incorporated by Reference As prescribed in 52.107(b), insert the following clause: Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm (End of Provision) The following DFAR provision and clauses are applicable to this procurement: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sept 2011) 252.203-7005Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation 252.204-7003 Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt A System for Award Management (May 2013) 252.204-7011 Alternative Line Item Structure (Sept 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.232-7003 Electronic Submission of Payment Requests (Mar 2008) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.244-7000 Subcontracts for Commercial Items (June 2013) 252.247-7023 Transportation of Supplies by Sea (April 2014) This announcement will close at 1100 HST on Monday, 24 August 2015. Contact Christine Teramoto who can be reached at 808-473-7581 or email christine.teramoto@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Questions regarding this procurement must be submitted by 1100 HST on Wednesday, 19 August 2015. This will allow sufficient time to obtain answers and respond before the closing date. Questions received after this deadline will not be considered. 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/. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of lowest price technically acceptable and a determination of responsibility All quotes shall include price(s), a point of contact, name and phone number, 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060415T3134/listing.html)
 
Record
SN03841168-W 20150819/150817234543-0ae00da1922fc3792aeaeabad1c30938 (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.