Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2016 FBO #5507
SOLICITATION NOTICE

R -- Pakistan Defense Resources Conference - PWS

Notice Date
12/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
 
ZIP Code
22202-5408
 
Solicitation Number
hq0013-17-q-0016
 
Archive Date
1/11/2017
 
Point of Contact
Toni, Phone: 7036041002
 
E-Mail Address
Toni.m.davis3.civ@mail.mil
(Toni.m.davis3.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
See the detailed attached PWS. Solicitation Number: HQ0013-17-Q-0016 Notice Type: Combined Synopsis/Solicitation (i) 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. (ii)This solicitation document, HQ0013-17-Q-0016, is issued as a Request for Quote (RFQ). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. It is the responsibility of the offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv)This solicitation is issued under FAR Part 13-Simplified Acquisition Procedures. This requirement is to provide lodging, in support of the Defense Security Cooperation Agency (DSCA) 2017 Pakistan Defense Resources Conference. The period of performance is 6 March through 10 March 2017. The North American Classification System (NAICS) code is 721110, size standard is $32.5 million. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. (v) This requirement is to provide lodging and services ranges between 45 and 85 participants (PAX) scheduled for three days. The requirements are detailed in the attached Statement of Work. (vi) The Government shall provide a final list of participants one day prior to the first planned arrival. The Contractor shall bill the Government for actual rooms utilized versus reserved. (vii)The requirement shall be Firm Fixed Price (FFP). (viii) The selected venue, described in Contract Line Item Number (CLIN) 0001, must be within 1 miles of DSCA (201 12th Street South, Arlington, Va 22201) and within.5 miles of a metro station with a direct line to the Crystal City and Pentagon metro stations. The venue must be no further than.50 miles from a Metro station or have available shuttle service to surrounding areas. (ix) Requirements as follows: CLIN 0001 - Lodging Requirements - Single Rooms - 6 March -10 March 2017. Quantity Unit Issue Unit Price Total Price CLIN 0001AA - Single Rooms Days _________ __________ (Mar - 10 Mar 201 7 rooms per night CLIN0001AB Late Check Out before 6 PM each __________ ___________ CLIN 0002 - Facilities Requirements. CLIN 0002AA Conference Room 3 Days __________ ___________ CLIN 0003 Breaks CLIN 0003AA AM Break Day 1 CLIN00003AB PM Break CLIN 0003AC AM Break Day 2 CLIN 0003AA PM Breaks CLIN 0003AA AM Breaks Day 3 CLIN 0003AA PM Breaks 1 registration and per diem payout room (to be divided by partition) Space should be able to accommodate a minimum of 15 PAX at time with 3 areas sectioned out with one table and chairs on Monday 24 October 2016. Table needed in lobby across/near hotel registration on Monday 24 October 2016 from 1000-1130 for NESA Registration. Two tables with 8 chairs is needed. Bottled water and pens are to be provided for participants. Water and coffee station should be provided. Small meeting space should have 2 tables and 6 chairs. Quantity Unit Issue Unit Price Total Price CLIN 0002AB Administrative Briefing 1 Day _______ ________ _________ Meeting Room should have classroom style seating to accommodate 50 PAX on Monday 24 October 2016 for NESA. CLIN 0002AC AV Equipment 1 _________ _________ _________ AV screen with projector equipment with computer hook up and internet from 1130-1230 Offerors shall complete the table provided in the attached Performance Work Statement (PWS). (x) Offerors shall provide information regarding cancellation policy. (xi) All prices MUST include all applicable fees, gratuities, and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. (xii) The Government will not execute any contract other than with the facility or venue proposed to provide accommodations. Any offer from a source other than the lodging venue itself must include written evidence that the offeror is currently authorized to submit binding proposals on behalf of the venue whose accommodations are being offered. Offers that fail to provide such evidence shall be deemed technically unacceptable and will not be considered for award. Any offer which requires the Government to execute an agreement that renders a hotel or facility provider as a third party or for lodging/hotel accommodations that cannot be provided at offeror's facility shall be deemed technically unacceptable and will not be considered for award. (xiii) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xiv) Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xv) Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (xvi) Instructions to Offerors a. Offerors shall read the documents of the solicitation completely. b. Offerors shall submit their proposal in 3 Parts 1. Part I: Technical 2. Part II: Past Performance 3. Part III: Price c. Part I shall include: Offerors shall provide descriptive literature to include information on the services and amenities of hotel. At a minimum literature shall address- 1. Indicate that the Sleeping rooms have separate work space with desk, drawers and lighting 2. Indicate that the rooms shall have high speed internet hook-up 3. Indicate whether the rooms have kitchenette or refrigerator and microwave. 4. Indicate if the rooms have a secured safe for valuables 5. Indicate whether a hot American Buffet Breakfast is included with room rate. Hotel managers should be aware of dietary requirements of participants. The participants cannot have any pork products or alcohol prepared/cooked in foods or located on their buffet. The contractor shall provide turkey and or chicken based meats as a meat substitute for pork. The contractor will make every effort to keep pork products in a separate area. 6. Indicate whether the Hotel location have at least 1 full service restaurants located inside the hotel which shall offer breakfast, lunch, and dinner menus. Indicate whether the hotel is within.5 miles of 5 full service restaurant and list the 5 full service restaurants. 7. Indicate whether the hotel location is within.5 mile walking distance of a metro station or have available shuttle service to surrounding areas. 8. Indicate that the Hotel location is within 6 miles from Ft McNair. 9. Indicate that the Hotel is fully compliant with Americans with Disability Act (ADA) 10. Indicate that rooms are available on required dates. 11. If submitting proposal for a venue that is not owned by your company, an offeror shall submit written evidence that the offeror is currently authorized to submit binding proposals on behalf of the venue whose accommodations are being offered. Please note that if successful the contract shall be awarded to the hotel. d. Part II shall include: The names of two government agencies for which the offeror has provided the same or similar services. In lieu of government agencies, offerors may provide the names of companies for which the offeror has provided the same or similar services. For each agency/company submitted, offerors shall provide the contract number and point of contact information. Point of contact information shall include: -Name of point of contact -Phone number of point of contact -Email address of point of contact If a third party, which for the purpose of this acquisition is defined as a entity proposing the lodging and/or banqueting services of a hotel/facility that is not its own, the offeror is to provide the past performance information of the hotel/facility it is proposing, not of the third party, itself. e. Part III shall include: The quote for each line item to include the option items. 1. Offerors shall fully complete the price schedule for all Contract Line Items and all Optional Contract Line Items associated with this request for quote, and return. 2. Proposals shall be submitted by 13 October 2016 1:00 PM EST to the points of contact listed below. Offerors shall provide a quote using the pricing schedule provided in the statement of work attached to this combined synopsis/solicitation. 3. Proposals shall be submitted to Toni Davis via email to: toni.m.davis3.civ@mail.mil or Woodrow Bell via email to: Woodrow. Bell@DSCA.mil. Facsimile submissions will not be accepted. (xvii) 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation the most advantageous to the Government, price and other factors is considered. 1. The awardee shall be selected with the use of Lowest Price Technically Acceptable Source Selection Process. 2. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. 3. Tradeoffs are not permitted. 4. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. 5. Exchanges may occur. 6. Non-cost factors: The non-cost factors are Service and Amenities and Past Performance a. Service and Amenities will evaluate offerors' proposals to address the Government's requirements, to include, but not limited to availability of rooms, five restaurant requirement and airport shuttle service. b. Past Performance will be reviewed to determine relevancy. After a relevancy determination is made, the performance will be evaluated for acceptability. The evaluation ratings will be acceptable or unacceptable.. Cost: Cost will be evaluated as follows: a. The propose prices of all CLINs to be evaluated as part of the price evaluation. b. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (xviii)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xix)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition Addendum to FAR 52.212-4. (xx)1. Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line times (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions an interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award ISSUE BY DODAAC: HQ0013 ADMIN BY DODAAC: HQ0013 INSPECT BY DODAAC: HQ0013 ACCEPT BY DODAAC: HQ0013 LOCAL PROCESSING OFFICE DODAAC: HQ0013 PAYMENT OFFICE DODAAC: HQ0792 PAYMENT OFFICE FISCAL STATION CODE: DFAS INDIANAPOLIS (xxii) Clause at FAR 52.212-5(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil). 52.203-6 ALT1, Restrictions on Subcontracting Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;52.219.4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-28, Post Award small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 523222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in persons; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/; 52.233-3, Protest after Award; 52.246-4, Inspection of Services-Fixed Price; 52.252-2, Clauses Incorporated by Full Text (website provided by http://farsite.hill.af.mil). (xxiii) The following DFAR clauses apply to this acquisition: DFARS 252.203-7002, Requirement to inform Employee's of Whistleblower Rights; DFARS 252.203-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A System for Award Management; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items ;252.225-7002, Qualifying Country Sources as Subcontractors; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Request for Equitable Adjustment. Applicable additional clauses under DFARS 252.212-7001 are as follows: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023,Transportation of Supplies by Sea. (xxiv) Other clauses that apply. 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-13 Contractor Code of Business Ethics and Conduct APR 2010 52.204-3 Taxpayer Identification OCT 1998 52.204-7 System for Award Management JUL 2013 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations MAY 2012 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 52.217-5 Evaluation Of Options JUL 1990 52.232-23 Assignment Of Claims JAN 1986 52.242-13 Bankruptcy JUL 1995 (xxv)The points of contact (POC) for this acquisition is Toni Davis. The Contracting Officer is Woodrow and can be reached via email at woodrow.w.bell.civ@mail.mil or telephone at (703) 697-8952. Toni Davis can be reached via email at toni.m.davis3.civ@mail.mil or telephone at (703) 697-8940. (xxvi)A detailed requirement description is attached
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/hq0013-17-q-0016/listing.html)
 
Record
SN04354724-W 20161221/161219234044-9d4d61981c2f8d672a23cf541bf15a15 (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.