Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2016 FBO #5480
SOLICITATION NOTICE

X -- Venue rental for Graduation Services - Package #1

Notice Date
11/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711310 — Promoters of Performing Arts, Sports, and Similar Events with Facilities
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-17-P-0232
 
Archive Date
2/22/2017
 
Point of Contact
Samantha Dublin, Phone: 301-295-1375
 
E-Mail Address
samantha.dublin@usuhs.edu
(samantha.dublin@usuhs.edu)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Provisions and clauses RFQ The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU can be found on our website: www.usuhs.mil. USU has a requirement for a venue to host the 2017 graduation for its 2017 National Capital Consortium graduates. This is a combined synopsis/solicitation for commercial items in accordance with the format in 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. This is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 – Acquisition of Commercial Items and FAR Part 13 – Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-89-2 ( 1 November 2016 ) and Defense Federal Acquisition Regulation Supplement (DFARS) ( 4 November 2016 ). In order to be eligible for award, offerors must be registered in www.SAM.gov, with completed representations and certifications by the close date of the solicitation. Offerors interested in responding to this requirement must provide a quote for the requested services outlined in the statement of work. A single firm fixed-priced (FFP) purchase order will be awarded. STATEMENT OF WORK: See attached. Availability of venue : Offerors responding to this RFQ, must submit a quote for the graduation venue for the following dates using the table below: DATE TOTAL PRICE 1 Rehearsal Date: Thursday, June 15, 2017 Graduation Date: Friday, June 16, 2017 2 Rehearsal Date: Monday, June 19, 2017 Graduation Date: Wednesday, June 21, 2017 3 Rehearsal Date: Wednesday, June 21, 2017 Graduation Date: Thursday, June 22, 2017 4 Rehearsal Date: Wednesday, June 21, 2017 Graduation Date: Friday, June 23, 2017 Note: Venue must be available for both dates on each line. If the venue is unavailable on at least one of the dates on each line, please put “unavailable” under total price. DoD-wide Contractor Manpower Reporting Requirements : The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for USU via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 for the period of performance of the preceding fiscal year. Contractors may direct questions to the help desk at: http://www.ecmra.mil. Evaluation The government intends to award a single firm-fixed priced (FFP) purchase order to the offeror representing the best value to the government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the highest technically rated offeror. The government reserves the right to award without discussions. Offerors responding to this RFQ, must submit quotes in accordance with the page limitations listed for each evaluation factor. Offerors who submit quotes in excess of the page limitations listed for each evaluation factor, may not be considered for award. Quote organization: Font Size: 11 Minimum Font Type: Calibri, Times New Roman and/or any other “similar” font type Evaluation Factors (listed in order of importance) : · PAST PERFORMANCE: The Government shall evaluate the offeror’s present and past performance on similar tasks completed within the past three years. Offerors must provide a minimum of two (2) customer references or CPARS reports for similar work performed. The Government reserves the right to select which reference(s) to contact. The following must be provided for each listed reference: a. Name of client and address b. Name of current point of contact including telephone number, e-mail address and title c. Contract number d. Contract value e. Contract period of performance f. A clear description of the supplies/services provided USU may request additional information at any time. Offerors will have an opportunity to address any adverse past performance history. Offerors who do not have any past performance history will not be rated favorably or unfavorably, but will instead receive a Neutral/Unknown rating for past performance. Offerors must clearly state in their quote if they do not have at least two (2) past performance references. Failure to provide this information may render an offeror’s quote non-responsive and may not be considered for award. A strong history of relevant past performance may be more advantageous to the Government than a less relevant record of favorable performance. Offerors may provide past performance information for subcontractors and must provide the same level of detail as outlined above; however past performance information for the prime will be considered more important to the Government. The Government reserves the right to use data provided by the offeror and data provided by alternative sources in conducting its assessment of past performance history. Maximum Number of Pages: 2 · TECHNICAL APPROACH: Offerors are required to submit their technical approach to meeting the requirements outlined in the statement of work. Offerors must display a clear understanding of the requirements. Quotes submitted by offerors who fail to demonstrate a clear understanding of the requirement may not be considered further. Quotes submitted by offerors that include the following statement, or similar, without any supporting information, may be determined to not have a clear understanding of the requirement and may not be considered: “The offeror understands the requirements and the submitted quote has met all stated objectives.” Maximum Number of Pages: 2 PRICE: Offerors must include all applicable costs (Example: rental of venue space, AV equipment, labor, etc.) in their quote. The total quoted price for all applicable costs will be the evaluated price. No Page Limitation For price analysis purposes, offerors must provide a price breakout of the applicable costs (rental fee, AV equipment, labor, cake/water, etc). The resultant award will be a firm fixed price (FFP) order. Offerors must submit the following with their quote, if not completed in SAM registration: · Competed copy of provision 52.209-2 · Completed copy of provision 52.222-48 See attached list for applicable provisions and clauses for this requirement. Deadlines : Questions/clarifications regarding this solicitation must be submitted via email to samantha.dublin@usuhs.edu by Tuesday, 15 November 2016. Any question received after Tuesday, 15 November 2016 will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around Wednesday, 16 November 2016. Quote packages are due by 3:00 PM Eastern Local Time on Friday, 18 November 2016. Quotes must be submitted via email to samantha.dublin@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Offerors will receive an email confirmation that they quote was received and whether it was on time or late within two (2) business days. Quote packages should include a cover sheet that provides the following information: Company Name Point of Contact, to include email and phone number DUNS Number Statement that includes acknowledgement of latest amendment number (if applicable). Failure to acknowledge the most recent amendment number, may render an offeror’s quote non-responsive. Statement if Visa is an acceptable form of payment, without a fee
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d2954e0fcb69534bd7e8d853d90c77f4)
 
Place of Performance
Address: At venue, United States
 
Record
SN04334887-W 20161124/161122235011-d2954e0fcb69534bd7e8d853d90c77f4 (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.