Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2016 FBO #5174
SOLICITATION NOTICE

R -- Annual Air Force Chief of Medical Staff (SGH)/Quality System Program Assessment Review (QSPAR) Symposium - Package #1

Notice Date
1/21/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
FA8052-16-T-0002
 
Archive Date
2/24/2016
 
Point of Contact
Mark Ingle, Phone: 2103959549, Christal Jackson, Phone: 2103959383
 
E-Mail Address
mark.ingle.2@us.af.mil, christal.jackson.6@us.af.mil
(mark.ingle.2@us.af.mil, christal.jackson.6@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 03 - DFARS 252.209-7991 Attachment 02 - Pricing Schedule Attachment 01 - Performance Work Statement (PWS) dated 24 November 2015 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. The Request for Quotation number is FA8052-16-T-0002, Title is AFICA-SGH/QSPAR-Annual- Symposium and is supplemented with additional information included in Attachment 1 - Performance Work Statement (PWS) dated 24 November 2015. Provisions and clauses in effect through Federal Acquisition Circular 2005-85 are incorporated. This requirement is 100% set-aside for Small Business under NAICS 721110, with a Size Standard of $32.5 Million (FAR 19.502-2(a)). All qualified businesses under this industry are encouraged to submit quotes. Qualified businesses must meet the Federal government's definition of a "small business". The Department of the Air Force, Air Force Installation Contracting Agency (AFICA), 773rd Enterprise Sourcing Squadron (773 ESS/PK) has a requirement for hotel rooms and a conference center facility to host the Air Force Chief of Medical Staff (SGH)/Quality Systems Program Assessment Review (QSPAR) Annual Symposium to be held in San Antonio, TX per the requirements described in the attached PWS dated 24 November 2015 (Attachment 1). The Government is required to host the conference in April 2016. Government Staff and Attendees anticipated check-in will be on or about Day 1 as specified in the attached Performance Work Statement (Para 2.1.1 and 2.1.2). The vendor/hotel/motel must be capable of offering facilities, within a 15 mile radius of the local international airport, accommodating approximately 250 minimum/260 maximum attendees considering guest rooms (see Attachment 1, PWS for details). Also a maximum of approximately 300 attendees for all other business associated conference facilities (see Attachment 1, PWS for details). The resultant contract is not intended to cover the price of hotel rooms occupied for the conference attendees, each attendee will be billed separately by the hotel for his or her room, as well as any individual charges (meals, movies, etc.). NOTE: Conference attendees will make their reservations by individual call in; rooms will be reserved on each caller's personal credit card or government travel card, as appropriate. Participants will call the hotel/motel at least fifteen (15) days prior to the conference date to reserve their room. The hotel/motel shall honor any standard cancellation policy regarding any cancellations and any billing policy for no-shows, meaning that no-shows will be billed for the date that would have been the date of check-in only. The Period of Performance for this requirement is 12-months (base period) plus one (1) year option period. Quotes shall be submitted via e-mail to the Contracting Officer and Contract Specialist identified herein (Mark Ingle, mark.ingle.2@us.af.mil and Christal Jackson, christal.jackson.6@us.af.mil), Quotes shall be submitted not later than NLT 1:00 PM (CST) on Tuesday, 09 February 2016. The Government anticipates awarding a single contract on or about 23 February 2016. Should there be a conflict between this synopsis and the PWS, the PWS will take precedence. All numbers are estimates. SCHEDULE OF SUPPLIES/SERVICES Guest Arrival and Checkout Schedule (Base Year): Day 1 (Day minus 1 per PWS) Saturday - 23 Apr 2016: 20 New Hotel Quests (arrivals - Government Conference Team/Overseas Attendees Day 2 (Day 0 per PWS) Sunday - 24 Apr 2016: 71 New Hotel Quests (out of town arrivals - one of which needs to be in an executive suite) (Total Guests combined with Day 1 is 91 Attendees) Day 3 (Day 1 per PWS) Monday - 25 Apr 2016: 40 New Hotel Attendees (out of town arrivals) (Total Guests combined with Day 1 & Day 2 Attendees is 131 Hotel Quests, plus nine (9) New Local Attendees are 140) (Conference) Day 4 (Day 2 per PWS) Tuesday - 26 Apr 2016: 123 New Hotel Quests (out of town arrivals - one of which needs to be in an executive suite) (Total Guests combined with Day 1 thru Day 3 Hotel Quests is 254 plus nine (9) Local Attendees are 263 Attendees) (Conference) Day 5 (Day 3 per PWS) Wednesday - 27 Apr 2016: 299 Attendees (Total Guests combined with Day 1 thru Day 4 is 254 Hotel Quests, plus 9 Local Attendees, and 36 New Local Attendees) Day 6 (Day 4 per PWS) Thursday - 28 Apr 2016: 299 Attendees (Conference) Day 7 (Day 5 per PWS) Friday - 29 Apr 2016: Early checkout for some Attendees (Conference) Day 8 (Day 6 per PWS) Saturday - 30 Apr 2014: Final check-out of Attendees The Contractor shall provide shuttle service for all attendees flying into and out of San Antonio's International Airport. For international flights, allow two (2) days pre/post arrival/departure for possible flight delays. Note: Option Year One (1) Symposium/Conference is tentatively scheduled in either April or May of 2017, at the same location. Event Schedule Information: -- Meeting room setup times may vary pending final approval of the schedule. -- Contractor must be able to accommodate changes to room arrangements and break times (for refreshments) up to 14 days before the scheduled conference start date. -- Contractor shall provide a SGH/QSPAR Annual Symposium support plan to the Government within seven (7) calendar days after contract award. -- The Contractor Employee Conference Planner will schedule and conduct at least one (1) 'Pre-Symposium' meeting with the staff of the Symposium facility within five (5) working days after the SGH/QSPAR Annual Symposium support plan is received. -- The hotel staff will ensure that the plenary and breakout session rooms are organized and set up as required for each specific event. -- Hotel staff will verify that all equipment and supplies and other logistical support is properly placed and tested, as required by the presenter or facilitator, prior to each conference event. PROVISIONS & CLAUSES Provisions are included for this solicitation as follows: •· 52.203-2 Certificate of Independent Price Determination (Apr 1986) •· 52-204-7 System for Award Management (Jul 2013) •· 52.204-8 Annual Registration and Certification (Dec 2014) •· 52.207-1 Notice of Standard Competition (May 2006) •· 52.207-2 Notice of Streamlined Competition (May 2006) •· 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or A Felony Conviction Under Any Federal Law - Fiscal Year 2016 Appropriations (Oct 2016) •· 252.213-7000 Notice to Prospective Supplies on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluation (Jun 2015), The following clauses will be included at time of award: •· 52.203-7 Anti-Kickback Procedures (May 2014) •· 52.212-4 Contract Terms and Conditions - Commercial Items) •· 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items): •ü 52.203-13 Contractor Code of Business Ethics and Conduct (Apr 2010) •ü 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) •ü 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) •ü 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) •ü 52.222-3 Convict Labor (June 2003) •ü 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Nov 2013) •ü 52.222-21 Prohibition of Segregated Facilities (Feb 1999) •ü 52.222-26 Equal Opportunity (Mar 2007) •ü 52.232-36 Affirmative Action for Workers with Disabilities (Oct 2010) •ü 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013) •· 52.217-8 Option to Extend Services (Nov 1999) •· 52.217-9 Option to Extend the Term of the Contract (Mar 2000) •· 52.219-6 Notice of Total Small Business Set-Aside •· 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) •· 52.222-50 Combating Trafficking in Persons (Mar 2015) •· 52.223-6 Drug-Free Workplace (May 2001) •· 52.232-1 Payments (Apr 1984) •· 52.232-17 Interest (May 2014) •· 52.232-23 Assignment of Claims (May 2014) •· 52.233-3 Protest After Award (Aug 1996) •· 52.237-3 Continuity of Services (Jan 1991) •· 52.246-1 Contractor Inspection Requirements (Apr 1984) •· 52.246-4 Inspection of Services - Fixed Price (Aug 1996) •· 52.247-34 F.O.B. Destination (1991) •· 52.249-4 Termination for Convenience of the Government (Fixed Price) (Short Form) (Apr 1984) •· 252.203-7000 Requirements Relating to Compensation of Former DoD officials (Sep 2011) (Full) •· 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies (Dec 2008) (Full) •· 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) •· 252.203-7999 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements (Feb 2015) (Full) •· 252.204-7003 Control of Government Personnel Work Product (Apr 1992) •· 252.204-7004 Alternate A, System for Award Management (Feb 2014) •· 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) (Full) •· 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) •· 252.244-7001 Alt 1 Contractor Purchasing System Administration-Alternate I (May 2014) •· 252.246-7000 Material Inspection and Receiving Report (Mar 2008) •· 5352.201-9101 Ombudsman (Apr 2014) •· LOCAL WAWF FAR Provision 52.212-1, Instructions to Offerors - Commercial Item: Each Offeror is required to submit their proposal as specified in FAR Provision 52.212-1, Instructions to Offerors-Commercial Items Addendum 1. Offeror(s) shall describe in detail their proposed approach. Offeror(s) shall use the Government provided Performance Work Statement (PWS) to develop their technical approach. Offeror(s) shall specifically explain how their approach will meet the key requirements of the PWS. Offeror(s) shall explain how their approach allows the flexibility to incorporate schedule and personnel changes, without a major schedule slip of the requirement. Offeror(s) shall explain how their approach and choice of personnel will accomplish the tasks as outlined in the PWS. Do not merely reiterate the objectives or reformulate the requirements specified in their solicitation. Offeror(s) shall identify the technical risks inherent in their specific approach. Offeror(s) shall provide a Risk rating of high, moderate, or low; provide the rationale for each rating; and discuss the plan to mitigate each risk as it relates to meeting the requirements of the PWS. Any exceptions to the solicitation's terms and conditions must be fully explained and justified. Failure to provide and required information may result in an offer being determined non-responsive. Addendum 1 to FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015): Submission of Offers. •(a) General Instructions: (i) Interested parties capable of providing the specified services must submit a written offer via email to: Mark Ingle, mark.ingle.2@us.af.mil and Christal Jackson, christal.jackson.6@us.af.mil. (ii) Do not send as an executable or.exe file. Email size shall not exceed five (5) megabytes. Documents may be compressed (zipped) using WinZip 8.1 or later version. Any corrupted file or media containing a virus could result in the offer not being considered for award. (iii) Software Compatibility. Use a word processing and spreadsheet program compatible with Microsoft ® Word 2010 ® and Microsoft ® Excel 2010 ®. PDF is Adobe ® Portable Document Format. (iv) Solicitation Questions. Any questions relating to the solicitation shall be submitted via email or faxed to the Contract Specialist and Contracting Officer (CO) noted in paragraph (i) above by 1:00 PM on 02 February 2016. Any questions received after this time/date may or may not be answered due to time constraints of the solicitation. (v) Submit offer as follows: DOCUMENT CONTENT FILE FORMAT - The minimum font size for the proposal pages are 12-pitch. Required documents should be submitted via electronic email with a request receipt, and should be clearly marked as to volume number, title, copy number, solicitation identification and the Offeror (s) name and address. Also include the Cage Code and DUNS number. Volume I, Technical Capability Proposal PDF or.doc and Volume II, Pricing Proposal in PDF or.docx and.xlsx (Two separate documents are required) Volume I: Technical Capability (Do not exceed 20 pages. This is inclusive of the cover page, cover letter, and table of contents) (All technical information shall be addressed ONLY in Volume I, Technical Capability). Factor 1. Technical Capability Technical Capability Proposals will be given a rating of Acceptable or Unacceptable. Determination Definition Acceptable ALL of the minimum acceptable criteria are clearly met by the proposal. The Offeror's proposal meets the performance and technical capability requirements defined in the PWS. Unacceptable Not all of the minimum acceptable criteria are met by the proposal. An unacceptable proposal contains one or more deficiencies. The proposal fails to meet specified minimum performance and technical capability requirements defined in the PWS. A technically acceptable proposal shall have a sound technical approach that meets all (a) Performance Work Statement (PWS) requirements; (b) Demonstrates technologies used in the approach are viable, procurable and producible; (c) Proposal has an approach that allows the flexibility to incorporate new technologies without a major revamp of the requirement. (d) Has a sound risk mitigation approach for all identified technical risks; and provides an effective approach to manage and minimize schedule and personnel disruptions. Factor 1. Technical Capability Sub-factor 1: Develop and Maintain Duties IAW dated PWS dated 24 Nov 2015 Proposal must address how the Contractor will develop and maintain the tasks and subtasks for the SGH/QSPAR Annual Symposium (Para 2.1 thru 2.1.13) Sub-Factor 2: Performance Objectives & Thresholds I AW PWS dated 24 Nov 2015 Proposal must address how the Contractor's identified deficiencies will be corrected from outputs/outcomes resulting from the performance requirements during the performance threshold period. (Para 2.3.1) Sub-Factor 3: Personnel Requirements IAW PWS dated 24 Nov 2015 The Contractor shall address the personnel requirements for the SGH/ QSPAR Annual Symposium (Para 2.2.1 thru 2.2.2) Volume II: Price Evaluation (Do not exceed 5 pages. This is inclusive of the cover page, cover letter, and table of contents). Factor 2. Price Evaluation The price evaluation will document the reasonable and affordability of the proposed total price based upon a comparison of the Offeror's price to the Independent Government Estimate. When two or more technically acceptable offers are received (competition) and the lowest price is selected; the price of the lowest Offeror can be concluded to be fair and reasonable. A price that is very low will be verified to assure that the Offeror understands what is being asked for and no mistakes have been made in preparing the price. In accordance with FAR 15.403-1(b) and FAR 15.403-3(a), information other than pricing data may be required to support price reasonableness or realism in the absence of competition. Information shall be provided in accordance with FAR 15.403-5. If after receipt of the proposals, the CO determines that there is insufficient information available to determine price reasonableness and none of the exceptions in FAR 15.403-1 apply; the Offeror shall be required to submit pricing data. All CLINs within Attachment 2 will be evaluated for determination of reasonableness and affordability. The pricing established for the Base Year will be utilized for any extension of services as prescribed in FAR Clause 52.217-8, Option to Extend Services. Proposed pricing schedule is provided and is subject to change (see Attachment 2). The Government will rank all technically acceptable offers by price. Failure to provide prices as stated above may result in the rejection of the proposal. All pricing information shall be addressed ONLY in Attachment 2, Pricing Schedule. FAR Provision 52.212-2 Evaluation - Commercial Items: The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation and attached PWS utilizing the Lowest Price Technical Acceptable Source Selection technique in accordance with FAR 15.101-2. Evaluation may be made with or without discussions with the Offeror(s). The Government technical evaluation team will evaluate the technical proposals on an acceptable/inacceptable basis, assigning ratings of Acceptable or Unacceptable. A decision on the technical acceptability of each Offeror's technical proposal shall be made. Only those offers determined to be technically acceptable, either initially or a result of discussions will be considered for an award. The offers shall be evaluated against the following two (2) factors: Factor 1. Technical Capability Factor 2. Price Technical Capability and Price are considered equal. Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 45 days from the date specified for receipt of offers. ADDITIONAL INFORMATION AND GOVERNMENT RIGHTS Communications: Communications conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for quotation revision. Offerors are cautioned to submit sufficient information and in the format specified in Addendum to FAR Provision 52.212-1, Instructions to Offerors - Commercial Items. Offerors may be asked to clarify certain aspects of their quotation. Government's Intent to Award: The government intends to award a contract without discussions with respective Offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. If discussions are held, discussions will only be held with those Offeror's determined to be in the competitive range. Competitive Range: The Contracting Officer may determine that the number of quotations that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted. The Contracting Officer may limit the number of quotations in the competitive range to the greatest number that will permit an efficient competition. •4. A contract issued by the Contracting Office, signed by the Contracting Officer, is the only instrument by which Government funds are obligated. The Government reserves the right to cancel this solicitation, either before or after the closing date. If you proceed with work prior to receipt of a fully executed contract, you do so at our own risk. Questions shall be submitted in writing regarding the PWS and the terms and conditions of this synopsis/solicitation by email. Questions must be received in the office designated herein by NLT 1:00 PM (CST) on Tuesday, 02 February 2016. Technical Capability and Cost/Price proposal volumes are due NLT 1:00 PM (CST) on Tuesday, 09 February 2016. Any proposals received after designated closing date and time will not be considered for award. Potential Offerors are to review and address the attachments which include the Request for Quote, Performance Work Statement/Appendices dated 24 Nov 2015 (Attachment 1), Pricing Schedule (Attachment 2), and the Delinquent Tax Liability Form for Fiscal Year 2016 (Attachment 3). Also include in proposal that an Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) formerly Wide Area Work Flow (WAWF) account has been initiated or already established (DoD mandated the use of iRAPT). The Offeror must be registered and be current on the System For Award Management (SAM) website ( https:// www.sam.gov ). No exemptions. All invoices shall be submitted using Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) (Formerly WAWF). To get more information about how to register for Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) (Formerly WAWF) contractors can go to the following web site: https://wawf-gt.nit.disa.mil/index.xhtml. Once you have registered, you can go to the following website: https://wawftraining.eb.mil/wbt to obtain the necessary Web Based Training (WBT). Under no circumstances shall 773 ESS/PK be responsible for any response preparation expenses, submission costs, or any other expenses, costs, or damages, of whatever nature incurred as a result of the respondent's participation in this posting process. Respondent understands and agrees that it submits its proposal at its own risk and expense, and releases 773 ESS/PK from any claim for damages or other liability arising out of the posting process. 773 ESS/PK shall not be liable for any errors in Offeror's response. Offeror is responsible for careful review of its entire response to ensure that all information is correct and complete. Offerors are liable for all error or omissions contained in their responses. All informational material submitted in response to this posting becomes the property of 773 ESS/PK and shall not be returned. Attachments are as follows: Attachment 1: PWS dated 24 November 2015 Attachment 2: Pricing Schedule Attachment 3: DFARS 252.209-7991
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c50ca79fc2d851d4fcea83d08be27358)
 
Place of Performance
Address: San Antonio, Texas, United States
 
Record
SN03998232-W 20160123/160121235034-c50ca79fc2d851d4fcea83d08be27358 (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.