SOLICITATION NOTICE
X -- OBTAIN CONTRACTOR SERVICES TO PROVIDE A FACILITY TO HOST THE 2018 EEOC LAS VEGAS TWO DAY TECHNICAL ASSISTANCE PROGRAM SEMINAR (TAPS) - (Draft)
- Notice Date
- 2/22/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721120
— Casino Hotels
- Contracting Office
- Equal Employment Opportunity Commission, Office of the Chief Financial Officer, Acquisition Services Division, 131 M Street, NE, 6th Floor, Washington, District of Columbia, 20507, United States
- ZIP Code
- 20507
- Solicitation Number
- 45310018Q0011
- Archive Date
- 4/20/2018
- Point of Contact
- Caroline A Fowler, Phone: (202) 663-4219, Doreen P Starkes, Phone: (202) 663-4240
- E-Mail Address
-
caroline.fowler@eeoc.gov, doreen.starkes@eeoc.gov
(caroline.fowler@eeoc.gov, doreen.starkes@eeoc.gov)
- Small Business Set-Aside
- N/A
- Description
- ATTACHMENT I: RESPONSE QUOTATION FORM (MS WORD FORMAT): TO BE COMPLETED BY QUOTER. ATTACHMENT I: RESPONSE QUOTATION FORM (PDF FORMAT) ATTACHMENT II: FAR PROVISION 52.212-3 This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation (Standard Form1449) will not be issued in accordance with FAR Subpart 12.603. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items. The Solicitation Number is: 45310018Q0011 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated commercial item provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 effective January 24, 2018. The North American Industrial Classification System (NAICS) code is 721120. This acquisition is conducted as an unrestricted procurement. The Government contemplates the award of a firm-fixed price (FFP) contract. BACKGROUND: In support of its mission, The U.S. Equal Employment Opportunity Commission (EEOC), Training Institute has a requirement for a contractor to provide a full-service training facility to include: meeting facilities, rental of audiovisual equipment/support services, food and beverages to conduct a two-day EEO Technical Assistance Program Seminar (TAPS). The U.S. Equal Employment Opportunity Commission has developed a program of EEO Seminars which will provide training to employers, unions and attorneys on the laws enforced by the EEOC. Convention centers, hotels and other full service facilities that can satisfy the requirements contained in this solicitation are encouraged to submit a quotation. The contractor shall provide a full-service training facility to include: training rooms; meals; and audio-visual support listed in this solicitation under the resulting contract. A format which must be used for submission of this information is attached to the solicitation (See Attachment I: Quotation - Response to Solicitation No. (RFQ): 45310018Q0011, herein referred to as "Attachment I"). PERIOD OF PERFORMANCE: Preferred Dates and Performance - The period of performance is a two-day EEO Technical Assistance Program Seminar to be held in September 2018. The preferred dates for consideration in order of preference are: September 11-12, 2018 (1st Choice), September 12-13, 2018 (2nd Choice), September 18-19, 2018 (3rd Choice) and September 19-20, 2018 (4th Choice). Please state availability for each date in the technical portion of the quotation. No other dates or combination of dates will be considered by the Government. These dates are not optional or negotiable. The Government anticipates that the services will be performed at the contractor's facility for the required services. To be eligible for consideration, the contractor's proposed facility (place of performance) for the seminar must be located within twenty (20) miles of the McCarran International Airport located in Las Vegas, NV. Parking: The contractor must provide free or low cost on-site parking for all participants who will drive to the seminar. The Government anticipates a total 200 attendees each day; with a minimum of 100 attendees and an anticipated maximum of 250 attendees each day, plus an additional 10 individuals consisting of other staff and presenters who provide support for the conference. The seminar provides for meeting space for training sessions, along with food and beverages service for breakfast, lunch and morning and afternoon breaks. Registration and continental breakfast start each day at 7:00 AM (Pacific Daylight Time -PDT). The seminar starts each day at 8:00 AM and ends 4:30 PM (PDT). SCHEDULE OF SUPPLIES AND SERVICES: The quotation package shall include the following line items in a written quotation: Contract Line Item Number CLIN 0001, Rental of Conference Space (including service charge) - Quantity 2 days each Conference (See List of Conference Space requirements below) x Unit Price $ _____ = Total CLIN 0001 $ _____. The quoter must provide descriptions (maps of conference rooms, facility, pictures, space dimensions, and seating capacity charts) of available meeting rooms for plenary, lunch and breakout sessions with their price quotation (NOTE: As appropriate, the contractor may include the following: Provide the number of hours or time period the meeting space is available for setup beginning at 6:00 p.m. PDT, the night before the event). CLIN 0002, Rental of Audiovisual Equipment and Technical Support - Quantity 2 days each Conference (See Audiovisual requirements provided below) x Unit Price _____ = Total for CLIN 0002 $ _____; CLIN 0003, Food and Beverage Quantity: 200 anticipated participants each day x Unit Price $ _____ per person rate per day, (including service charge) x 2 DAYS ( 200 persons @ ____ each = ____ x 2 days) =Total CLIN 0003 $ _____; (See list of Food and Beverage requirements below) Total Price for CLINs 0001 through 0003: _____. The quoter must provide copies of continental breakfast. Lunch, afternoon break, beverage, options with prices per person with their price quotation. OTHER REQUIREMENTS: (a) Parking Rates at venue: _____; (b) Parking Availability for up to 250 attendees per day at venue: $ _____; (c) Lodging: _____ (1) Type of Room; (2) Per Person/per night Rate $ _______ ; (3) Number of Room to be held at this rate: ________; and (4) Last date rate will be Guaranteed: _________ (See Other Requirements below). A contract will be awarded to the responsible quoter whose quotation represents the best value to the Government. Interested parties must indicate in their quotation whether they accept payment via Government-wide commercial purchase card. The prospective contractor must be registered in the System for Award Management (SAM) prior to award of the resulting contract. Registration is free and vendors may register with SAM by accessing http://www.sam.gov. Vendors not registered in SAM prior to award will not be considered. Each quotation must clearly indicate the capability of the quoter to meet the requirements specified in this combined synopsis/solicitation. GENERAL REQUIREMENTS: The following requirements for the training are specified in terms of minimum requirement: Accessibility: All facilities, including training rooms and rest rooms and audiovisual equipment, must be fully accessible to individuals with disabilities in compliance with the Americans with Disabilities Act, as amended. Accommodations for disabled individuals may include, but are not limited to, accessible parking spaces, elevators, and adequate sound systems, wide aisles and wheelchair ramps. EEOC reserves the right to perform site visits prior to award of the resultant contract. A site visit may be conducted by the Disability Business and Technical Assistance Centers (DBTAC) prior to the award of the resultant contract. TRANSPORTATION: The quoter shall provide a price list of all local transportation options to and from the airport and rail station, if applicable. The contractor's training facility must have adequate free or low cost on-site parking for all participants. The quotation shall list all facility parking cost options. CLIN 0001 - Rental of Conference Space - Specific requirements each day are: One large room with room capacity to accommodate as many as 250 participants with classroom style seating, available from 7:00 a.m. to 5:00 p.m. PDT. This room shall include a raised platform, no more than 24" high, which is wheelchair accessible on at least one side by a ramp with a run to rise ratio no greater than 8.3%; two (2) tables with four (4) chairs, situated at the front of the room equipped with podium and microphone on a riser, two (2) additional corded microphones, hookups for two (2) agency-supplied LCD projectors and cabling to an EEOC-provided laptop, two (2) projection screens as well as three (3) hand-held cordless microphones for the large room. There shall be sufficient space at the back of the room to place additional chairs, if needed. Two (2) registration table(s) with six (6) chairs shall be positioned outside the large room for seminar registration purposes which will occur between 7:00 a.m. and 5:00 p.m. PDT. An additional large room for a luncheon for up to 250 participants with table set in 3/4 rounds of 8 per table available between 11:45 a.m and 1:15 p.m. PDT. Two (2) smaller breakout rooms will be provided with classroom style seating for up to 100 participants. These smaller rooms shall be available between 8:30 a.m. and 5:00 p.m. PDT and shall include one (1) table with two (2) chairs situated at the front of the room on a riser. A podium in each room with a wired microphone and an additional wired microphone shall be situated on the table at the front of the room. One wireless microphone will be provided in each room. In addition, there shall be a projection screen and setup for a projector in each room along for an agency-supplied projector with any necessary cabling to connect EEOC's laptop. All meeting rooms must have a suitable sound system so all participants may hear and ask questions of the speakers. All meeting rooms should be arranged classroom style with chairs and tables for writing and handouts. All chairs and tables shall be in acceptable condition (the furniture is not broken, soiled, rusted or damaged in any way that would injure the individual or damage clothing). Aisle space, including the space between tables and desk, need to be accessible for persons in wheelchairs. Walls should be constructed in such a manner that they confine inside sound and reduce or prevent the transmission of extraneous sound. All rooms (including luncheon area) should be equipped with a working sound system which may be controlled by the speaker and which projects equally to all areas of the room. Rooms should be configured to allow every participant a clear view of the speaker and all visual aids. Each participant should have a clear view of at least one of the projection screens in use. Rooms should be well lit to accommodate extensive reading and writing and all lighting should be uniform and should not produce a glare. Heating and air conditioning should provide a comfortable level of air quality and room temperature when rooms are at the maximum capacity. Access to meeting space should be provided by 6:00 p.m. on the day before the event. CLIN 0002 - RENTAL OF AUDIOVISUAL EQUIPMENT AND TECHNICAL SUPPORT - The quoter must submit a detailed pricelist for the audio-visual equipment and technical support, including high speed wireless (WI-FI) Internet access, and electrical connections. Also include the price for each item, inclusive of an hourly rate and the proposed number of labor hours with breaks included in a day rate for audio visual support services (if needed), plus the gratuity/service charge. Specific requirements for each day are: (1) Large General Session room: (a) Podium with wired microphone (1 each); (b) Hand-held cordless microphone (3 each); (c) Corded microphones (2 each); (d) Mixer with sufficient tracks to amplify, simultaneously, up to two (2) speakers and the audio track of a DVD or sound recording (1 each); (e) 10' x10' Projection Screen (2 each); (f) AV package (movable cart, power cord and power strip to accommodate EEOC's LCD projector and laptop computer (2 each); and (g) Technical assistance in setting up all equipment, including splitters in order to assure that all registrants can hear and see all presentations. (2) Two smaller breakout rooms. Requirements for each room are: (a) Podium with a hand-held corded microphone that can attach to the podium (1 each); (b) 8' x 8' Projection Screen (1 each); (c) AV package (movable cart, power strip and cord (1 each); (d) Hand-held cordless microphone (1 each); and Corded microphone (1 each). For the Luncheon Room: Podium with wired microphone (1 each). The quoter must submit a detailed price list for the audio visual equipment and technical support, including high speed wireless (Wi-Fi) Internet access, and electrical connections. Also, include the price for the items, inclusive of an hourly rate and the number of labor hours with breaks included in a day rate for audio visual support services (if needed), plus the gratuity/service charge). CLIN 0003 - FOOD AND BEVERAGES SERVICE: - Specific requirements each day are: Continental Breakfast to be served each day between 7:00 a.m. and 8:30 a.m. PDT and to include assorted pastries, breakfast breads; bagels and cream cheese, sliced fresh fruit and yogurt, freshly brewed coffee, decaffeinated coffee, tea, hot water and assorted fruit juices. Morning Break is to be served each day between 10:15 a.m. and 10:45 a.m. PDT and shall include, at a minimum, refresher of coffee service and water. The Quoter must submit a recommended list of beverages and their prices. A sit-down business plated luncheon is to be served each day between 11:45 a.m. and 1:15 p.m. PDT (banquet set-up, not the room used for General Session). Typical lunch shall consist of chicken or comparable entrée, seasonal vegetables, a starch, dinner rolls with butter, dessert; and be served with regular and decaffeinated coffee, and hot/ iced tea. The Quoter must submit recommended lunch menus, with prices per person served with regular and decaffeinated, coffee, water and tea (iced or hot) with the quotation. Afternoon Break is to be served each day between 2:15 p.m. and 2:45 p.m. PDT to include, at a minimum, assorted soft drinks and milk, bottled water, herbal teas, cookies and/or brownies and whole fruit. Quoter must submit a recommended list of beverages and snacks and their related prices with their quotation. The quoter must also submit an all-day food and drink package with a per-person rate for each day. All food and beverage services need to be located in areas accessible to individuals with disabilities. The luncheon should be arranged so that all individuals can be seated and served sufficiently. Pricing for food and beverages shall include the price for the item(s), plus the gratuity (service charge), and a statement from the contractor indicating whether the U.S. Government is exempt from state tax, if applicable. The EEOC is a tax exempt federal agency. The quoter must not include any sales tax in the quotation for which the Federal Government is exempt. Anticipated number of participants is 200 each day. The expected maximum number of participants is 250 each day. The Contracting Officer's Representative (COR) will contact the contractor within 72 hours prior to the start of the event to provide a preliminary participant count, and will provide an updated count the day before the event. The contractor shall provide food and beverage for a minimum of 100 participants each day. The contractor shall invoice the EEOC at the agreed upon rates for meeting room rental, audiovisual equipment, food and beverage service. Charges for food and beverage service shall be reflected on the invoice as the cost incurred per person. If the quoter has any supplemental agreements, those agreements should be submitted with the quotation. If the quoter requires signature of a supplemental agreement that was not submitted with the quotation, the quotation will be rejected. Lodging Requirements: Costs associated with lodging shall not be paid under the resultant contract. Participants and presenters shall be directly responsible for payment of individual sleeping rooms and all incidental charges upon check-out. Federal tax will not be charged to guests who present tax exempt forms at check-in/check-out. EEOC requires that the contractor shall provide lodging accommodations to include a block of ten (10) rooms per night for participants, presenters and/or EEOC staff. The contractor shall provide the sleeping rooms for EEOC staff and presenters at or below the federal government's current domestic per diem rate which is available on-line at http://www.gsa.gov. The contractor shall provide information regarding the sleeping room rates with their quotation for those participants who wish to reserve sleeping rooms. The contractor must provide accommodations for up to 3 nights beginning the night before the event and ending with checkout on the morning after the event. Sleeping rooms shall be accessible and located within the same building, hotel complex or conference facility as the training/meeting rooms. Sleeping rooms must be equipped with private bath, bed, dresser, table, chair, closet space and heating and air conditioning and receive daily maid and linen service. Rooms are to have secure locks and/or chains. The quantity of rooms specified above is an estimate only, and not representative to the contractor that this estimated quantity will be ordered. The government makes no commitment to this estimated quantity. State and local tax will not be charged attendees with government identification consistent with local and state laws. NOTICE: If government tax exemption is not recognized in the state hosting the seminar for lodging, the quoter shall state so with their quote submission when responding to the RFQ. After award, the government will not recognize taxes for lodging if the certification is absent of the quote submission. Contract Administration. The COR under the resulting contract shall be designated at the time of the contract award. Invoicing and Method of Payment: The contractor shall invoice the EEOC at the agreed upon rates for conference space, rental of audio visual equipment and technical support, food and beverage services. Charges for food and beverage service shall be reflected on the invoice as the cost incurred per person. The contractor shall submit a final invoice of all charges within five (5) business days after completion of the seminar to the COR and he/she shall be provided within five (5) business days to review the invoice charges and services provided for acceptance. Method of Payment: The preferred payment method is payment by government-wide commercial purchase card. The contractor is to apply charges to the government purchase card only after the final invoice has been accepted and reconciled by the COR. CANCELLATION: Should EEOC elect to cancel the contract, EEOC will provide a written notification to the contractor no later than 60 calendar days prior to the scheduled event. By receipt of this cancellation notice, the contractor agrees to release EEOC from any cancellation penalties or charges. If there is a cancellation within 60 calendar days of the scheduled event date, Paragraph (l) Termination for the Government's Convenience or (m) Termination for Cause of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items will govern. SUBMISSION OF QUOTATIONS: Quotations will only be accepted via email. Quotation submitted via Hand delivery, overnight delivery, express mail, facsimile, Internet or any other electronic means (except email), or the U.S Postal Services WILL NOT BE ACCEPTED. Questions regarding this request for quotation should be submitted to Caroline A. Fowler, Contracting Officer at: caroline.fowler@eeoc.gov, with a cc to Doreen Starkes, Alternate Contracting Officer at: doreen.starkes@eeoc.gov. The last day for interested parties to e-mail questions regarding RFQ 45310018Q0011, which will only be accepted via email at: caroline.fowler@eeoc.gov, with a cc to doreen.starkes@eeoc.gov is Monday, February 26, 2018 at 11:00 a.m., (Washington, DC local time. Telephone inquiries or responses are not acceptable. Each Quotation in response to RFQ 45310018Q0011 must be received via email only, no later than Thursday, March 1, 2018, by 12:00 Noon (Washington, DC local time). Quotations submitted in response to this notice shall include reference to the solicitation (RFQ) number (RFQ No.: 45310018Q0011) in the subject line and be signed and dated, along with the completed Quotation Response to Solicitation No. 45310018Q0011 - Facility to Host the 2018 Las Vegas Technical Assistance Technical Assistance Two-Day Seminar form (See Attachment I). Quotations must be submitted electronically (via e-mail only) and shall be transmitted to Caroline A. Fowler, Contracting Officer at: caroline.fowler@eeoc.gov, Thursday, March 1, 2018 no later than 12:00 Noon (Washington, DC local time). Files must be sent as a Microsoft Word, Microsoft Excel or Adobe PDF format document attachment via e-mail to Caroline A. Fowler, Contracting Officer at: caroline.fowler@eeoc.gov, with a cc to Doreen Starkes, Alternate Contracting Officer at: doreen.starkes@eeoc.gov. Quoters are solely responsible for ensuring their quotation is received at the designated place and time for receipt of quotations. The quoter must include a statement affirming that their quote is valid for at least 60 calendar days in their price quotation (Volume III). Communications: Communication with officials other than the Contracting Officer or Alternate Contracting Officer indicated above, may compromise the competitiveness of the acquisition and result in the cancelation of the solicitation and/or exclusion of your quotation. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. Quoters shall submit Firm-Fixed Price quotation responses for the training facility services (event). All responsible sources may submit a quotation which shall be considered by the EEOC. All interested parties shall submit with their quotation a detailed breakdown of all costs to include conference space, rental of audiovisual equipment and technical support, food and beverage service, and any other miscellaneous services and equipment which are necessary for the success of the seminar. Quotations shall include information which clearly addresses the requirements of CLIN 0001 through CLIN 0003 including facility pictures, space dimensions, and seating capacity charts and menu lists and information on the accessibility of the venue's facilities as well as the Other Requirements services as specified in this solicitation. Transportation: The quoter shall provide a price list of all local transportation options to and from the airport and rail station, if applicable. The quoter shall indicate in its quotation whether it provides free or low cost shuttle services. Quotations shall be submitted in three (3) separate volumes as follows: Volume 1 - Technical Capability; Volume 2 - Past Performance; and, Volume 3 - Price, sent as separate files, via email only Pricing must be submitted using the line item structure in the above Schedule of Supplies and Services of this RFQ. A separate attachment may be included in Volume 3 for pricing information on menu items, transportation, parking, applicable tax rates, and sleeping room rates. In addition, a Price quotation utilizing the attached Quotation Response Form, shall be included in the quotation (See Attachment I). The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. A Table of Contents should be created. Files shall use the following Page Setup parameters: Margins: Top, Bottom, Left, Right - 1"; Page Size: Width - 8.5 " and Page Size, Height" 11". The following additional restriction apply: (1) Each paragraph shall be separated by at least one bank line; (2). A standard Times Roman, 11-point minimum font size applies; and (3) Tables and illustration may use a reduced font size not less than 8-point and may be landscaped. The quotation page limits are as follows: Technical Quotation -20 page maximum; Past Performance: 5 Page Limit; and Price Quotation - No page limit applies. Quotations that exceed the page limits above will be considered non-responsive and will not be given any further consideration for award. Page numbers, headers and footers may be within the page margins ONLY, and are not bound by the font requirements. Company Logos are prohibited with the exception of the Title Page. The page limits are applicable to graphs, tables, drawings and any other attachments submitted with the quotations and not specifically excluded by the solicitation. Any index, table of contents, glossary, company brochures, floor plans, menus, etc., will not be included in the maximum page limitation. BASIS OF AWARD: Award for this requirement will be based on a best-value basis and the Government will award to the responsive, responsible contractor whose quotation is most advantageous to the Government, using the tradeoff approach. Selection of the best value to the Government will be achieved through a process of evaluating the strengths and weaknesses of each quoter's quotation against the evaluation criteria described below. In determining the best value to the Government, the Technical Capability and Past Performance Evaluation Criteria, when combined, are more important than the evaluated price. The Government is more concerned about obtaining a superior Technical Capability quotation than making an award at the lowest evaluated price. However, the Government will not make an award at a price premium it considers disproportionate to the benefits associated with the evaluated superiority of one technical and management quotation over another. Thus, to the extent that quoter's technical and past performance quotations are evaluated as close or similar in merit, the evaluated price is more likely to be a determining factor. The anticipated contract award date is in March 2018. EVALUATION FACTORS FOR AWARD: The following factors shall be used to evaluate quotations (these factors are listed in their relative order of importance): Technical Capability, Past Performance, and Price. Factor 1 - Technical Capability: (a) Contract Requirements. Quotations will be evaluated on the quoter's ability to provide all of the contract requirements regarding to meeting space, food and beverage, audiovisual equipment and technical support, lodging. Quotations must address the quoter's ability to comply with the Americans with Disabilities Act (ADA) as it relates to meeting space, lodging and parking. Quotations will be evaluated on the quality of the customer services provided, the layout design and quality of the facilities as reflected by the physical layout and atmosphere of meeting space including amenities to support the conference such as free Wi-Fi in the conference space, upkeep of the facilities; (b) Availability of Dates- Quotations will be evaluated on the ability of the quoter to provide the required services on the dates requested. Consideration will be given to quoters who can provide the required services on the preferred dates in order of preference (i.e., 1st choice dates; 2nd choice dates; 3rd choice dates and 4th choice dates); (c) Location. Quotations will be evaluated on the ability of the quoters to provide a facility located within 20 miles of the McCarran International Airport, located in Las Vegas, Nevada with adequate on-site parking for participants and presenters. Factor 2 - Past Performance: The quoter must provide a minimum of three (3) government or non-government references (contracts) for past performance for the same or similar services to the current requirement awarded within the past three (3) years. Requested information for each reference shall include the following: 1) Name and address of government agency or non-government client; 2) Name, title, email, and telephone number of contracting officer, or other Point of contact; 3) Name, title, email and telephone number of client's program or project manager, if applicable; 4) Contract number, period of performance, and total dollar value of contract; and 5) Description of services provided. The quoter must provide size (Number of attendees), and Length of event held and a general description of facility space, audio-visual and food/beverage services provided. EEOC will evaluate past performance in terms of customer service on similar requirements, feedback from references on meeting room design/layout and quality/upkeep of the facilities and décor, and the availability of amenities and staff to support the conference. A quoter without a record of relevant past performance or for whom information on past performance is not available; the quoter may not be evaluated favorably or unfavorably on past performance. Factor 3 - Price: The price quotation will be evaluated against the Independent Government Estimate. Each quoter shall complete the attached Quotation Response Form (See Attachment I), which includes the quoter's pricing quotation. Evaluations of quotations will consider the following pricing information: pricing provided for all line items listed in the Schedule of Supplies and Services of this RFQ in the units and format provided; pricing of recommended menu options for breakfast, lunch, snacks and beverages; rates for business services; sleeping room rates; and all cost options for transportation and facility parking rates. Site Visits: The EEOC reserves the right to conduct a site visit of all quoters who are rated to be technically acceptable. The site visit will review and evaluate the same technical items identified in the Technical Capabilities Portion of the technical evaluation factors. Notice: The Government intends to evaluate quotations and make award without discussions (except clarifications as described in FAR 15.306(a)). Therefore, the quoter's initial quote should contain the vendor's best terms from a price and technical standpoint.The Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. The Government also reserves the right to conduct a site visit prior to award. APPLICABLE PROVISIONS AND CLAUSES: The following FAR provisions and clauses applies to this solicitation: The provision at 52.204-7, System for Award Management applies to this solicitation. The provisions at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. The quoter shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with your quote (See Attachment II: FAR Provision 52.212-3). The provisions at 52.212-2 Evaluation-Commercial Items applies to this acquisition. The provisions at 52.222-52 Exemption from the Application of the Service Contract Act to Contracts for Certain Services-Certification applies to this acquisition. The vendor shall include a completed copy of the provision at 52.222-52 Exemption from the Application of the Service Contract Act to Contracts for Certain Services- Certification with their quote. Clause 52.212-4, Contract Terms and Conditions-Commercial Items and Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items are incorporated by reference. Clause 52.203-6, Restrictions on Subcontractor Sales to the Government ‘ Alternate I, Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, Clause 52.204-13, System for Award Management Maintenance, Clause 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, Clause 52.222-3 Convict Labor, Clause 52.222-19 Child Labor - Cooperation with Authorities and Remedies, Clause 52.222-21, Prohibition of Segregated Facilities, Clause 52.222-26 Equal Opportunity, Clause 52.222-36 Affirmative Action for Workers with Disabilities, Clause 52.222-41 Service Contract Act of 1965, Clause 52.222-50 Combating Trafficking in Persons, Clause 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements, Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, Clause 52.225-13 Restrictions on Certain Foreign Purchases, Clause 52.232-36 Payment by Third Party, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, and 52.239-1, Privacy or Security Safeguards are incorporated by reference. To obtain the above provision/clauses in full text, please visit http://www.aquisition.gov/far/index.html. Method of Payment: via the Governmentwide Commercial Purchase Card. (End of clause).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EEOC/OCFOAS/PMD/45310018Q0011/listing.html)
- Place of Performance
- Address: Las Vegas, NV (Within 20 mile of the McCarran International Airport, located in Las Vegas, NV)., United States
- Record
- SN04831709-W 20180224/180222231942-7d03796aa2f9a2ed95c12c8ccbe1328f (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 |