MODIFICATION
X -- Hotel Facility Space
- Notice Date
- 7/1/2016
- Notice Type
- Modification/Amendment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4705-16-Q-0624
- Archive Date
- 8/3/2016
- Point of Contact
- Beverly J Williams, Phone: 703-767-1192, , Phone: 703-767-1168
- E-Mail Address
-
Beverly.J.Williams@dla.mil, constance.house@dla.mil
(Beverly.J.Williams@dla.mil, constance.house@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of Amendment 0001 is to remove all mentioned of small business set-aside, correct the Title within the Announcement, update instructions, and to correct the title for CLIN 0001. The corrections are made within the below synopsis. 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. This solicitation is issued as a Request for Quote (RFQ) SP4705-16-Q-0624. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-88, Effective 15 June 2016. It is the responsibility of the Offeror to review the web page for notice of amendments, updates or changes to the solicitation. This acquisition is being conducted in accordance with FAR Parts 12, 13, and 15. The NAICS code for this acquisition is 721110, Hotels (except Casino Hotels) and Motels with a Small Business Size Standard of $32.5 Million. The solicitation will be issued as Unrestricted. All responsible sources may submit proposals which shall be considered by the Agency. To be eligible for award, contractors must be registered in the System for Award Management (SAM) data base at https://www.sam.gov/index.html/#1. Registration is free and potential offerors are encouraged to visit the SAM website and register as soon as possible to avoid delays should they be selected for a contract award. This requirement, in accordance with the attached Statement of Work (SOW), is to provide a (See SOW). The Conference Support Services shall be performed in or around the National Capital Region of Northern Virginia, D.C., and Maryland (DMV). The proposed dates of the conference are 17 October 2016 through 21 October 2016 OR 24 October 2016 through October 28, 2016. Offerors that provide quotes for this requirement may provide quotes for both or either set of dates mentioned. Line Item 0001 - Facility (Meeting Spaces) The contractor shall provide a facility (meeting spaces) in accordance with the Section 2.2, Contract Requirement, of the Statement of Work. Period of Performance: 17 October 2016 through 21 October 2016 OR 24 October 2016 through October 28, 2016. (depending on availability) (5 Days) The provision at 52.212-1, Instruction to Offerors Commercial, applies to this acquisition. The clause at FAR 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: FAR 52.219-28, Post Award Small Business Program Representation, FAR 52.222-3, Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, and FAR 52.222-50, Combating Trafficking in Persons. Under FAR 52.212-2, the evaluation procedures to be used are lowest overall responsive and responsible price for the services during the identified date and time. Lowest Price proposal which passes the technical requirement as identified within the Statement of Work. Please provide a completed copy of provision at FAR 52.212-3. See the provision at http://www.arnet.gov/far. The FAR clause at FAR 52.212-4, contract terms and conditions-Commercial Items, applies to this acquisition. Also, FAR clause FAR 52.212-5 applies with checkmarks under this clause for the following - FAR 52.219-6, FAR 52.219-8, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.222-50, FAR 52.225-13, FAR 52.232-33. With other FAR/DFARS clauses that apply: FAR 52.204-7, DFARS 252.232-7010, DFARS 252.212-7001 with check marks for DFARS 252.225-7036, DFARS 252.232-7003, DFARS 252.247-7023 and DFARS 252.225-7000, DFARS 252.232-7003, and DFARS 252.225-7001. DFARS 252.232-7006-Wide Area Work Flow Payment Instructions. Payment shall be made through Wide Area Work Flow (WAWF), in accordance with DFARS 252.232-7006. Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable quote. 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 FAR 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: http://farsite.hill.af.mil (End of clause) General Instructions: a. The offeror shall submit a two technical packages and one price proposal. Within the technical package, the offerors shall provide a descriptive location of the hotel and address the minimum requirements with the Statement of Work. Offerors shall provide past performance information pertaining to the hotel facility (e.g. letters of recommendation, customer evaluations, etc.) indicating the quality of hotel and service during the past year. The past performance information pertaining to the venue shall also include at least one reference from a group for which they provided services similar in scope to that of this upcoming event. **The offeror must confirm the dates of availability within proposal. ** The Offeror shall include the name, e-mail and phone number for all references. Past performance pertaining to the hotel venue must be from recent events (within the past year) held at the Offeror's facility. Offeror shall provide their cancellation policy and associated fees with the price submission and identify the applicable early and late checkout terms and conditions for the group. One of the technical packages must include a redacted copy, which redacts all mention of the vendor's name. b. The price proposal shall include pricing for CLIN 0001. c. The proposal must also include the Cage Code, TIN, and Company's name. One of the technical packages must include a redacted copy, which redacts all mention of the vendor's name. d. To be awarded this contract, the offeror must be registered in the SAM. SAM information may be found at https://www.sam.gov/. Offerors are encouraged to obtain further information on SAM and ORCA registrations at the following two websites: https://www.sam.gov/ and http://orca.bpn.gov/. The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. Quotes ARE DUE ON TUESDAY, 19 July 2016, 11:00 a.m. Eastern Standard Time. Offers received after this date and time will not be considered for award. Questions concerning this announcement should be directed to Beverly J. Williams, Contracting Officer, using the e-mail link provided at Beverly.j.williams@dla.mil. Questions shall be submitted by Tuesday, 6 July, 2016, 11:00 a.m. Eastern Standard Time. Telephone responses will not be accepted. Submit proposal by email to: beverly.j.williams@dla.mil, Defense Logistics Agency, DCSO-Fort Belvoir, Defense Contracting Services Office-Fort Belvoir, 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA 22060. Electronic mail may be used to submit quotations provided there is a scanned electronic signature. However, electronic mail is submitted at the contractor's own risk as large pdf files may not be transmittable. Contact Beverly Williams at beverly.j.williams@dla.mil, if any technical questions. Fax responses will be accepted at 703-767-1192. The solicitation is distributed solely through Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. STATEMENT OF WORK •1.0 INTRODUCTION: 1.1 The Defense Logistics Agency (DLA) Office of General Counsel (OGC) Continuing Legal Education (CLE) seminar serves as the primary mechanism for the DLA attorneys to receive CLE credits required by their state bar associations and as a key coordinating forum for all attorneys and staff to receive updates on legal practice and procedure. The CLE Seminar also provides critical training for paralegals and support staff, many of whom have annual training requirements for their respective certifications. By providing training across DLA OGC, attorneys and staff receive important, consistent training and education with ultimate cost savings to DLA. The cost to hold the CLE Seminar is less than that of similar individual commercial training. •2.0 REQUIREMENT 2.1. GENERAL. DLA OGC has been holding CLE seminars for over 20 years in an effort to provide attorneys with CLE credit and to deliver consistent training and guidance across DLA OGC. Due to the importance of training our OGC attorneys and staff, DLA believes the annual CLE seminar is needed and intends to hold the DLA 2016 CLE Seminar in October, 2016. The intent behind the seminar is two-fold: (1) to ensure attorneys, paralegals and support staff meet their state bar and accreditation requirements in a cost-effective manner and (2) provide consistent guidance, mission awareness, policy and training to a geographically dispersed DLA OGC. 2.2. Contract Requirements. The contractor shall perform the following requirements outlined below: 2.2.1 REQUIREMENT 1: The contractor shall accommodate the seminar in a facility with lodging and dining available at the same facility or within walking distance to the facility. 2.2.2 REQUIREMENT 2: The proposed date for the seminar will be the week 17 October 2016 through 21 October 2016 OR 24 October 2016 through October 28, 2016. (Actual date depends on availability) 2.2.3 REQUIREMENT 3: The contractor shall ensure the facility is located in the National Capital Region (NCR). This region consists of Northern Virginia, Southern Maryland, and Washington D.C. 2.2.4 REQUIREMENT 4: The contractor shall provide one large meeting space, to accommodate no more than 125 people with tables and chairs from 07:00 a.m. to 06:00 p.m. on Tuesday and Wednesday and from 07:00 a.m. to 03:00 p.m. on Thursday; Three smaller meeting rooms, to accommodate no more than 35 people, from 11:00 a.m. to 04:00 p.m. per day on Tuesday and Wednesday and from 10:00 a.m. to 12:00 p.m. on Thursday; One meeting room to accommodate no more than 15 people, from 07:00 a.m. to 1:00 p.m. on Friday. 2.2.5 REQUIREMENT 5: The contractor shall have dining at the same facility or within walking distance from the meeting space. The facility will serve breakfast and lunch purchased by the individual travelers at their own expense. 2.2.6 REQUIREMENT 6: The contractor shall provide an Audio-Visual (AV) package and/or technical support provided for all meeting spaces. The Audio-Visual package will include podium, microphones, projectors, screens, speakers, etc. included with the large and small meeting rooms. The following are the AV requirements for the rooms: Podium (Each Room) Microphone (Each Room) Projector and cables (Each Room) Projector screen (Each Room) Speakers (Each Room) Tables and chairs (Large Room - 120 ppl; Small Room - 35 ppl) 2.2.7 Additional INFORMATION: The government requires the contractor to accommodate three sleeping nights for 70 people; one additional sleeping night for 10 people at NO ADDITIONAL COST TO THE Government. The facility will accommodate all DLA OGC attendees at the Federal Government room rate per night for the total number of sleeping rooms for each of the required nights. No contract award will be made for the rooms. Each traveler will make their own reservations and pay for their respective rooms using their personal federal government travel credit card. The number of sleeping room bookings will not be guaranteed, however, there will be a block of rooms available for reservations for a designated time period. All travelers will be notified of when the sleeping room block is available. Travelers are responsible for making their own reservations. 3.0 COR Nomination To be provided at award 4.0 PERIOD OF PERFORMANCE The proposed dates for the seminar will be the week of 17 October 2016 through 21 October 2016 OR 24 October 2016 through October 28, 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-16-Q-0624/listing.html)
- Place of Performance
- Address: See Statement of Work, United States
- Record
- SN04169919-W 20160703/160701234240-5d505f700cadfba6d6f925e4db1e2cd1 (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 |