MODIFICATION
V -- United Nation General Assembly - Hotel
- Notice Date
- 8/15/2016
- Notice Type
- Modification/Amendment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA16R0610
- Archive Date
- 9/1/2016
- Point of Contact
- Joonpil Hwang, Phone: 7035814569
- E-Mail Address
-
hwangj2@state.gov
(hwangj2@state.gov)
- Small Business Set-Aside
- N/A
- Description
- 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is SAQMMA16R0610 is issued as an Request for Quotation (RFQ), through Federal Acquisition Circular 05-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $32.5M. This requirement is unrestricted and only qualified offerors may submit bids. The United States Department of States requires numbers of hotel lodging rooms between September 15 and September 30, 2016 in support of the United National General Assembly (UNGA). The total estimated number of lodging room nights for this requirement is 189. The Government intends to award a Firm Fixed Price Contract. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. This office will not issue hard copy solicitations. By submitting a proposal, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. 1. OFFEROR INFORMATION: The offeror shall provide: a) Name, title, telephone number, fax number, and email address of the point of contact. b) Nine-digit DUNS. The DUNS is used to verify that the vendor is in SAM. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the System for Award Management (SAM) database prior to award of any contract. Information about SAM may be found at www.sam.gov. c) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 2. ADDITIONAL INFORMATION FOR OFFERORS The deadline for receipt of quote is 17 August 2016 by 17:00pm (eastern). All documents required for submission of proposal must be sent to Joonpil Hwang via email to hwangj2@state.gov. Hard copy or faxed proposals shall not be accepted. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement. MINIMUM REQUIREMENTS: 1. The hotel shall be compliant with the Hotel and Motel Fire Safety Act of 1990 15 U.S.C. 2201 et seq, (Public Law 101-391), and must hold a FEMA certification number. 2. The hotel shall be compliant with Americans with Disabilities Act, 42 U.S.C. Section 12101 et seq. (ADA). 3. Lodging rooms shall include private bath, heating and air conditioning, telephone and complimentary internet connection, in the hotel located primarily on non-smoking floors. 4. Following evaluation of the written quotes, if deemed necessary, DOS will schedule site visits at its discretion to evaluate the condition, services and location of the proposed facilities. Not all facilities that submit a quote will be inspected. The Government intends to award without site visits; however, the Government reserves the right to conduct site visits if it's in the best interest of the Government. Selection will be made on a lowest price, technically acceptable basis. 5. The hotel shall provide standard security amenities for all participants (room safes for valuables and laptops). 6. Hotel must be flexible with the actual number of sleeping rooms to accommodate last minute additions, subtractions and changes. Room Block and Rates: 1. The hotel shall provide guest sleeping rooms for single occupancy. In addition to the standard room amenities, each room should be equipped with Wi-Fi internet, refrigerator and microwave, which shall be included in the room rate. 2. The hotel shall guarantee the room rates are valid from September 15, 2016 to September 30, 2016. 3. All room nights shall be paid by purchase order. 4. AF personnel shall provide personal credit cards in the amount of $75.00 upon check-in to cover any incidental expenses (movies, room service, and additional nights of lodging other than those specified in Statement of Work (SOW)). Reservation Procedure: The hotel shall provide one point of contact (POC) for reservation coordination. AF shall also designate a POC and an alternate that shall coordinate directly with the hotel POC. Guaranteed Late Arrival/Cancellation: DOS/AF employees shall have guaranteed reservations for late arrival. The hotel shall not release any room from the room block unless the government's designated or alternate POC notifies the hotel directly regarding cancellation. The hotel shall specify its normal commercial practice for late arrival/cancellations as part of their technical proposal. A cancellation shall be excusable (i.e., not subject to cancellation penalties) if the guest's flight to New York was cancelled and alternate flights are not available. A cancellation shall also be excusable if the Bureau of African Affairs provides twenty-four (24) hours of advance notice to the hotel POC. • The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. • Addendum to 52.212-1: In addition to the requirements in provision 52.212-1, the offeror shall adhere to the following requirements. (a) Technical responses should be concise and not exceed twenty-five (25) pages excluding cover page and table of contents. The cost/price response should be concise, although no page limitation is established, and shall be provided in a separate file from the technical response. (b) The Technical response shall include NO pricing information. (c) The Cost/Price response shall include NO technical approach narrative. (d) The Technical Volume should be organized as follows: (1) Cover page/table of contents. (2) Introduction that explains the overall solution and technical approach. (3) A list of clear, specific responses to each of the "Minimum Requirements" listed in the Description. The offeror shall explain how its proposal meets each requirement. Restating the requirement or stating that the offering "meets requirements" without supporting narrative to validate that claim may results in an unacceptable or otherwise high risk evaluation rating. (4) Conclusion or other supporting information. (5) Font should be Times New Roman size 12. Graphics may use Times New Roman size 10 or larger. (end of provision) • The provision at 52.212-2, Evaluation -- Commercial Items, is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) is as follows: (i) Factor 1: Technical Factors (ii) Factor 2: Price (iii) Factor 3: Past Performance. The Government will evaluate Past Performance using CPARS and other Government databases. Technical factors, when combined, are slightly more important than price. Any offeror that does not meet technical requirements will be rejected as technically unacceptable. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. The Government will not consider a proposal submitted by an offeror that is not a hotel. The Government intends to make a single award at a firm fixed price for this requirement but reserves the right to make multiple awards if determined to be in the best interest of the Government. • Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. • The Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. • The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition and the additional FAR clauses cited in the clause are also applicable to the acquisition: 52.203-6; 52.204-10; 52.209-6; 52.219-4; 52.219-8; 52.219-28; 52.222-3; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-40; 52.222-50; 52.223-9; 52.223-18; 52.225-13; 52.232-33; 52.232-36. Additional Clauses The following/ additional contract requirement(s) or terms and conditions have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: 52.209-7 - Information Regarding Responsibility Matters (Jul 2013) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7). (End of provision) 52.209-9 - Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (a) The Contractor shall update the information in the Federal Awardee Performance and Integrity Information System (FAPIIS) on a semi-annual basis, throughout the life of the contract, by posting the required information in the System for Award Management database via https://www.acquisition.gov. (b) As required by section 3010 of the Supplemental Appropriations Act, 2010 (Pub. L. 111-212), all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. FAPIIS consist of two segments- (1) The non-public segment, into which Government officials and the Contractor post information, which can only be viewed by- (i) Government personnel and authorized users performing business on behalf of the Government; or (ii) The Contractor, when viewing data on itself; and (2) The publicly-available segment, to which all data in the non-public segment of FAPIIS is automatically transferred after a waiting period of 14 calendar days, except for-- (i) Past performance reviews required by subpart 42.15; (ii) Information that was entered prior to April 15, 2011; or (iii) Information that is withdrawn during the 14-calendar-day waiting period by the Government official who posted it in accordance with paragraph (c)(1) of this clause. (c) The Contractor will receive notification when the Government posts new information to the Contractor's record. (1) If the Contractor asserts in writing within 7 calendar days, to the Government official who posted the information, that some of the information posted to the non-public segment of FAPIIS is covered by a disclosure exemption under the Freedom of Information Act, the Government official who posted the information must within 7 calendar days remove the posting from FAPIIS and resolve the issue in accordance with agency Freedom of Information procedures, prior to reposting the releasable information. The contractor must cite 52.209-9 and request removal within 7 calendar days of the posting to FAPIIS. (2) The Contractor will also have an opportunity to post comments regarding information that has been posted by the Government. The comments will be retained as long as the associated information is retained, i.e., for a total period of 6 years. Contractor comments will remain a part of the record unless the Contractor revises them. (3) As required by section 3010 of Pub. L. 111-212, all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. (d) Public requests for system information posted prior to April 15, 2011, will be handled under Freedom of Information Act procedures, including, where appropriate, procedures promulgated under E.O. 12600. (End of clause) B-001: Type of Contract: This is a firm fixed price type contract. E-002: Inspection and Acceptance: Inspection and acceptance shall be made at destination by an authorized representative of the Government. 01INV The following FAR and DOSAR clauses are incorporated by reference: Clause Title 652.206-70 Competition Advocate/Ombudsman (AUG 1999) 652.225-70 Arab League Boycott of Israel (Aug 1999) 652.225-71 Section 8(a) of the Export Administration Act of 1979, as Amended. (Aug 1999) 652.232-70 Payment Schedule and Invoice Submission (Fixed-Price) (AUG 1999) 652.242-70 Contracting Officer's Representative (Aug 1999)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA16R0610/listing.html)
- Place of Performance
- Address: New York, New York, 20121, United States
- Zip Code: 20121
- Zip Code: 20121
- Record
- SN04223977-W 20160817/160815235137-57228b7f87ae62ad2ea52b01c1840a3d (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 |