SOLICITATION NOTICE
V -- Lodging and Conference Support DC Metro Area - Performance Work Statement
- Notice Date
- 9/19/2015
- 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
- HQ001315T0050
- Archive Date
- 10/9/2015
- Point of Contact
- Janet M D'Angelo, Phone: 703-601-3728
- E-Mail Address
-
janet.d'angelo@dsca.mil
(janet.d'angelo@dsca.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement Solicitation Number: HQ001315T0050 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) The solicitation number HQ001315T0050 is issued as a Request for Quote (RFQ). Under this requirement, the Defense Security Cooperation Agency (DSCA) intends to award a commercial, firm fixed price contract. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-84 effective September 3, 2015. 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 solicitation is to procure lodging and conference support services in accordance with the specifications in the attached Statement of Work (SOW). Please see the attached performance work statement for specific requirements. The applicable North American Industry Classification Standard (NAICS) code is 721110, Hotels (except Casino Hotels) and Motels. The small business size standard is $32.5 million. (v) Specifics. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. Period of performance: 04 - 8 October 2015 Place of Performance: Services will be performed at contractor's facility. Contract Line Item (CLIN): DSCA intends to purchase the services under the following Contract Line Item (CLIN): 0001 Lodging/Sleeping Rooms, 4-8 October 2015; Quantity 272* x Unit of measure "each". 0002 Conference Rooms Registration Room: 5-6 October 2015; Quantity 2 x Unit of Measure "each" CAT5 Connection: 5-6 October 2015; Quantity 2 x Unit of Measure "each" 0003 Banquet Requirements: Welcome Reception: 5 October 2015; Quantity 100 x Unit of Measure "each" Dinner: 6 October 2015; Quantity 100 x Unit of Measure "each" Optional CLINS: 0004 Optional Conference Rooms: AA: Plenary Room 6-7 October 2015; Quantity 2 x Unit of Measure "each" AB: CAT5 Connection: 6-7 October 2015; Quantity 2 x Unit of Measure "each" AC: Breakout Rooms: 6-7 October 2015; Quantity 8 x Unit of Measure "each" AD: Operation Center: 6-7 October 2015; Quantity 2 x Unit of Measure "each" AE: CAT5 Connection: 6-7 October 2015; Quantity 2 x Unit of Measure "each" AD: Faculty Office: 6-7 October 2015; Quantity 2 x Unit of Measure "each" AE: CAT5 Connection: 6-7 October 2015; Quantity 2 x Unit of Measure "each" 0005 Optional Banquet Requirements: AA: Lunch: 6 October 2015; Quantity 100 x Unit of Measure "each" AB: Lunch: 7 October 2015; Quantity 100 x Unit of Measure "each" AC: Coffee Breaks: 6-7 October; Quantity 400 x Unit of Measure "each" Note: 2 Coffee breaks per day; 100 attendees per break * The total required room night is 306. However, thirty-four (34) room nights will be self-pay and not chargeable to the contract/master account. The lodging services provided under the above CLINS will support the Africa Center for Strategic Studies (ACSS) Africa Military Education Program (AMEP) Workshop. The Government shall provide a final list of attendees 1 week (7 calendar days) prior to the start of the course. The contractor shall bill the Government for actual rooms utilized versus reserved. The Contractor shall perform the required services at the contractor's facility. The proposed facility shall meet the minimum Location requirements identified below • The facility is located no more than 7 miles from Ft. Lesley J. McNair, 300 5th Avenue, SW, Washington, DC 20319 • The facility is within ½ mile of a metro station, or offers free regularly-schedule shuttle service to a metro station throughout the morning and evening. • The facility is within ½ mile of at least two table-service dining establishments outside the hotel. • The facility is located in a neighborhood that must have a risk factor score of "Low" or "Moderate", defined as a score of no greater than 7 for all categories of crime listed, using the following website: http://relocationessentials.com/aff/www/tools/crime/crime.aspx and entering the hotel's zip code. (vi) Clauses and Provisions. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: Award will be made on a Low Price Technically Acceptable (LPTA) basis. LPTA is a process wherein the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. A single award will be made to the responsible Offeror whose quote conforms to the solicitation requirements and presents the lowest price technically acceptable (LPTA) quote, as determined by the evaluation criteria herein. The following evaluation factors shall be used to evaluate offers: Factor 1 - Quality of Services and Amenities. Factor 2 - Location Factor 3 - Cancellation Policies. Factor 4 - Past Performance Factor 5 - Price Factor 1 - Quality of Services and Amenities. Submission Requirements. Contractors shall provide descriptive literature to include information on the services and amenities of the hotel, to include the availability of a kitchenette, in-room climate control, a refrigerator, and a lockable safe in guest rooms, an on-site fitness center, access to an on-site international ATM machine, and proposed special early check-in and late check-out terms and conditions for this group. Contractors shall also provide a map of the location and capacity charts of the conference facilities quoted, identifying the requirement the room is proposed to support. Contractors shall also provide information on shuttle availability for airport arrivals and departures as well as availability to Metro station and surrounding areas. Minimally acceptable standards are defined as: • Availability of a bed, full bathroom, window, in-room climate control, and lockable safe in each room. • FEMA # and confirm compliance with the following Acts: ADA Act, PL101-336 (42 USC Section 12101 et. seq.) Hotel & Motel Fire Safety Act of 1990 The Government may use on-line resources as necessary to assist with the evaluation of this factor. Factor 2 - Location. Submission Requirements. Contractors shall provide a description of the location of its facility as it relates to the hotel's proximity to shopping centers, international airports, public transportation, and a variety of table-service dining establishments and other evening activities. Contractors shall also provide information on proximity to international airports and shuttle availability for airport arrivals and departures. Minimally acceptable standards are defined as: • The facility is located no more than 7 miles from Ft. Lesley J. McNair, 300 5th Avenue, SW, Washington, DC 20319 • The facility is within ½ mile of a metro station, or offers free regularly-schedule shuttle service to a metro station throughout the morning and evening. • The facility is within ½ mile of at least two table-service dining establishments outside the hotel. • The facility is located in a neighborhood that must have a risk factor score of "Low" or "Moderate", defined as a score of no greater than 7 for all categories of crime listed, using the following website: http://relocationessentials.com/aff/www/tools/crime/crime.aspx and entering the hotel's zip code. The Government may use on-line and local government resources as necessary to assist with the evaluation of this factor. Factor 3 - Cancellation Policies. Submission Requirements. Contractors shall provide its hotel cancellation policy and associated fees with the price submission. The cancellation policy shall address individual room reservation cancellations (including no-shows), banqueting cancellations (including timing for reducing scope of a meal or break), and facilities cancellations. Factor 4 - Past Performance The Government will evaluate Past Performance in accordance with FAR 13.106-2(b) (3). Offerors should identify past or current contracts (including Federal, State, and local government and private) for efforts similar to this requirement. Offerors are encouraged to provide information on problems encountered on the identified contracts and the corrective actions take to address the problems. The Government shall consider this information, as well as information obtained from any other sources such as the Past Performance Information Retrieval System (PPIRS), when evaluating the past performance. Factor 5 - Price The Government will evaluate Price for reasonableness in accordance with FAR 13.106-3(a) Basis for award. The provision at FAR 52.212-3, Alt 1 Offeror Representations and Certifications Commercial Items, Alternate I applies. Offerors shall be registered in the System For Award Management (SAM) plication (ORCA) at https://www.sam.gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.204-7, System for Award Management 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). 52.246-4 Inspection of Services - Fixed Price 252.204-7004 - Alt I, System for Award Management, Alt I 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7001, Pricing of Contract Modifications 252.243-7002, Request for Equitable Adjustment Other FAR/DFARS provisions/clauses are incorporated by reference and include DFARS 212.212-7000, Offeror Representations and Certifications-Commercial Items and DFARS 212.212.7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items]. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far. (vii) Submission Requirements: 1. Offeror shall provide descriptive literature to include information on the services, location and amenities of the proposed facility. The submission should also identify the applicable early and late checkout terms and conditions for the group. 2. Offerors shall provide past performance information (e.g. letters of recommendations, customer evaluations, etc.) indicating the quality of the hotel services and amenities during the past year. The past performance information shall also include at least one reference from a group for which they provided services similar in scope to that of the upcoming WJPC CTOC Seminar. The Offeror shall include the name, email address, and phone number for all references. Past performance information must be from recent events (within the past year) held at the Offeror's facility. 3. Offerors shall provide a quote using the pricing schedule provided in this combined synopsis/solicitation. Offerors shall provide their hotel cancellation policy and the associated fees with the price submission. 4. Please include FEMA # and confirm compliance with the following Acts: - ADA Act, PL101-336 (42 USC Section 12101 et. seq.) - Hotel & Motel Fire Safety Act of 1990. 5. Offers shall be submitted by 24 September 2015 no later than 2PM EST. Offers shall be submitted via email to Janet.m.Dangelo.civ@mail.mil with the subject line "AMEP Lodging". Facsimile submissions will not be accepted. (viii) The Government will not execute any contract other than with the facility or venue proposed to hold the event and provide accommodations. Any offer from a source other than the hotel or lodging venue itself must include evidence that the offeror is currently authorized to submit binding proposals on behalf of the venue whose accommodations and/or facility are being offered. Evidence shall include a signed agreement between the venue and the offeror. Offers that fail to provide such evidence shall be deemed technically unacceptable and will not be considered for award. Any offer which requires the Government to execute an agreement that renders a hotel or facility provider as a third party or for lodging/hotel accommodations that cannot be provided at offeror's facility shall be deemed technically unacceptable and will not be considered for award. Further details regarding the requirement can be found in the attached Performance Work Statement (PWS).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ001315T0050/listing.html)
- Place of Performance
- Address: DC Metro Area (See Description and attached PWS for additional detail), Arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN03894784-W 20150921/150919233426-2131ee49ea85b2a916f436e51886efae (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 |