SOLICITATION NOTICE
V -- Hotel for Refuge Management Academy Near Patuxent National Wildlife Refuge, MD
- Notice Date
- 3/9/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND FA698 Conservation WayShepherdstownWV25443USA
- ZIP Code
- 00000
- Solicitation Number
- 140F0918Q0033
- Response Due
- 3/22/2018
- Archive Date
- 4/21/2018
- Point of Contact
- Jason Tisdale
- Small Business Set-Aside
- Total Small Business
- 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. Solicitation number 140F0918Q0033 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number/Effective Date: 2005-97 / 01-24-2018. This procurement is being solicited as a 100% small business set-aside under NAICS code 721110 - Hotels (except Casino Hotels) and Motels. The small business size standard is $32.5 million. Background: The National Conservation Training Center (NCTC) is the 'Home' of the US Fish and Wildlife Service (FWS) and serves conservation professionals from both the FWS and the general conservation community. The Visitor Services & Outreach Branch is responsible for providing training to the refuge employees of the FWS. Purpose: The FWS Visitor Services & Outreach Branch has incorporated a field trip as a portion of the Refuge Management Academy to illustrate the roles, responsibilities, mandates, and policies that drive the National Wildlife Refuge System, (2) develop an awareness of management options and approaches in performing refuge duties; (3) develop basic interpersonal skills, and (4) cultivate a communication network among the participants. Requirement 00010: 33 Non-smoking single occupancy rooms for Spring Refuge Academy. **Note: A resulting order will fund 32 rooms for two nights (64 total). One room will be paid for by an individual traveler if required (bus driver). Dates for lodging are: Check-in Wednesday, April 18, 2018 and check-out Friday, April 20, 2018. Requirement 00020: 33 Non-smoking single occupancy rooms for Fall Refuge Academy. **Note: A resulting order will fund 32 rooms for two nights (64 total). One room will be paid for by an individual traveler if required (bus driver). Dates for lodging are: Check-in Wednesday, October 24, 2018 and check-out Friday, October 26, 2018 The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 52.212-2 Evaluation-Commercial Items. (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: -Must be an approved property for federal travelers approved at www.usfa.fema.gov (provide FEMA ID) to be considered for award. -Estimated drive time to Patuxent National Wildlife Refuge, 10901 Scarlet Tanager Loop, Laurel, MD 20708 based on directions obtained from maps.google.com. -Non-smoking hotel -Availability of restaurants within a five minute walk of the hotel or complimentary shuttle service -On-site bus parking -Past Performance: Acceptable or Neutral Past Performance required. While contractors are not required to submit past performance information, the Government may obtain information from any sources available to it, to include, but not limited to, the System for Award Management (SAM), Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), other databases, interviews with other Government officials with knowledge of the Offeror, and other publically available information. Past Performance will be rated as acceptable, neutral, or unsatisfactory. A contractor with no recent/relevant performance record available or a performance record so sparse that no meaningful assessment rating can be reasonably assigned will receive a neutral rating. A contractor with a past performance rating of unsatisfactory will not be considered for award. Relative importance: Other factors when combined are approximately equal in importance to price (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with your 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. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.222-41, Service Contract Labor Standards Additional Clauses applicable to this acquisition: 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Clause incorporated by reference) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Clause incorporated by reference) 52.252-2 Clauses Incorporated by Reference 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 this/these address(es): https://www.acquisition.gov/browsefar (End of clause) Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). 'Payment request' means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Contractor Invoice The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) Additional provisions applicable to this acquisition: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation) (Provision incorporated by reference) 52.204-22 Alternative Line Item Proposal (Jan 2017) (Provision incorporated by reference) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browsefar (End of provision) Offers must be received at: FWS, NCTC, Division of Contracting ATTN: Jason Tisdale 698 Conservation Way Shepherdstown, WV 25443 or Email to jason_tisdale@fws.gov on or before 22MAR18 at 1200 ET. To obtain more information regarding this solicitation please contact Jason Tisdale at 304-876-7708 or jason_tisdale@fws.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0918Q0033/listing.html)
- Record
- SN04850170-W 20180311/180309231545-7d1170c0e377ac2249e9b754cde82c9c (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 |