SOLICITATION NOTICE
X -- Meeting room facilities from 3 April to 8 April 2016
- Notice Date
- 2/10/2016
- 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
- N0060416T3041
- Point of Contact
- Donna Franzese 808-473-7545
- 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, and FAR Part 13, using Simplified Acquisition Procedures. 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 N00604-16-T-3041. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-86 and DFARS Publication Notice 20151230. 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 a competitive, unrestricted action. NAVSUP Fleet Logistics Center, Pearl Harbor requests responses from qualified sources capable of providing the following services which will result in a Firm Fixed Price (FFP) contract: CLIN 0001 “ 1 Group - Meeting room facilities from 3 “ 8 April 2016 to accommodate approximately 75 delegates for the USPACOM MCIP (Multinational Command, Control, Communications, and Cyber (C4) Program Planning Staff Workshop (PSW) in Honolulu, Hawaii, in accordance with the Performance Work Statement (PWS). ATTACHMENT 1: PWS and Layout ATTACHMENT 2: FAR Provision 52.212-3 with Alt I ATTACHMENT 3: DFARS deviation provision 252.209-7991 Please provide pricing for all requirements listed in the PWS to include the following: 1. Administrative room in accordance with PWS. 2. Administrative room AV/computer requirements in accordance with the PWS. 3. Main Planning Room in accordance with PWS. 4. Main Planning Room AV/computer requirements in accordance with the PWS. 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: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representations 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 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items including; 52.222-50, Combating Trafficking Persons 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-28 Post Award Small Business Program Rep 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 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.222-22, Previous Contracts And Compliance Reports 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representation and Certifications. 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.252-1 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): FAR Clauses: http://acquisition.gov/far/DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ (End of provision) 52.252-2 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): FAR Clauses: http://acquisition.gov/far/DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ (End of clause) Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes, and the DFARS provision 252.209-7991 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law ”Fiscal Year 2015 Appropriations (DEVIATION 2015-OO0005) (DEC 2014). Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002, Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation 2016-O0003) 252.203-7997 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.225-7048, Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions. 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023, Transportation of Supplies by Sea This announcement will close at 1400 HST on Wednesday, 17 February 2016. Contact Donna M. Franzese who can be reached at 808-473-7545 or via email donna.franzese@navy.mil. Oral communications are not acceptable in response to this notice. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer time to respond. Please submit questions no later than Monday, 15 February 2016 at 0900 HST. Award Selection shall be evaluated on a Low Price Technically Acceptable (LPTA) basis: Procedures in FAR 13.106 are applicable to this procurement. 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 price, technically acceptable low quote and a determination of responsibility. Additionally, the venue of these services must be a hotel conference facility. The Contractor shall provide an on island point-of-contact (POC) for scheduling and coordination purposes. The hotel venue provided in the quote shall not change after the contract is awarded. The Contracting Officer will rank offerors from lowest to highest price, review the technical quotes of the lowest priced offerors in the competitive range, and, if the lowest offer is technically acceptable, make the award without further evaluating the technical quotes of the other offerors. 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/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, 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. Oral quotes will not be accepted. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416T3041/listing.html)
- Record
- SN04016130-W 20160212/160210234313-0bdbfb3647843f1789ec2e65393797eb (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 |