Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2022 SAM #7667
SOLICITATION NOTICE

R -- Rental space for career fair

Notice Date
11/25/2022 10:24:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
 
ZIP Code
23709-1001
 
Solicitation Number
N4215823QN002
 
Response Due
12/6/2022 12:00:00 PM
 
Archive Date
12/21/2022
 
Point of Contact
Rayna Djoneva, Phone: 7579673369, Tyler Macdonald, Phone: 7573488144
 
E-Mail Address
rayna.i.djoneva.civ@us.navy.mil, tyler.w.macdonald@navy.mil
(rayna.i.djoneva.civ@us.navy.mil, tyler.w.macdonald@navy.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION NOTICE: Requirement Title:��������������� Rental space for career fair Solicitation Number:����������� N4215823QN002 Solicitation Issue Date:�������� Friday, 25 November 2022 Response Deadline:�������������� Tuesday, 06 December 2022 no later than 1500 (EST) POC: Rayna Djoneva rayna.i.djoneva.civ@us.navy.mil 757-967-3369 �������������������������������������������������� ����������������������������� Contracting Officer:� Tyler Macdonald tyler.w.macdonald.civ@us.navy.mil 757-396-8359 GENERAL INFORMATION This is a combined synopsis/solicitation notice for commercial product/services prepared in accordance with the format in the Federal Acquisition Regulation (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 solicitation is being issued as a(n): Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through, Federal Acquisition Circular (FAC) Number/Effective Date: 2022-08 / 10/28/2022 This acquisition is for Full and Open Competition, with the intent to award single or multiple awards based on the quotes received.. North American Industry Classification System Code (NAICS) 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses) and Product or Service Code (PSC) R499 Support- Professional: Other. The size standard is $30M All qualified small businesses under this industry are encouraged to submit quotes. REQUIREMENT INFORMATION Description: The Norfolk Naval Shipyard has a requirement for Conference Room rental space for recurring twelve (12) monthly Career Fairs in accordance with the SOW. NOTE: All offerors must propose at minimum two (2) proposed scheduled events referenced in the SOW or all 12 proposed scheduled events, in order to be considered responsive. The Government reserves the right to issue purchase orders to no more than seven (7) responsible offerors whose quotes represent the lowest price technically acceptable in accordance with the specifications within the SOW. Place of Delivery/Performance/Acceptance/FOB Point: The events will be held throughout seven (7) cities in the Hampton Roads, VA area, (See SOW). �This combined synopsis/solicitation is requesting quoted FOB Origin * Please specify shipping charges separately if quote is for FOB Origin. * Contractor may propose alternate line item details as required. Line Item Description Quantity Unit of Measure 0001 Renal space for career fair for January 1 Lot 0002 Renal space for career fair for February 1 Lot 0003 Renal space for career fair for March 1 Lot 0004 Renal space for career fair for April 1 Lot 0005 Renal space for career fair for May 1 Lot 0006 Renal space for career fair for June 1 Lot 0007 Renal space for career fair for July 1 Lot 0008 Renal space for career fair for August 1 Lot 0009 Renal space for career fair for September 1 Lot 0010 Renal space for career fair for October 1 Lot 0011 Renal space for career fair for November 1 Lot 0012 Renal space for career fair for December 1 lot INSTRUCTIONS TO OFFERORS FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language �there in: Questions may be submitted to the POC and Contracting Officer listed above no later than 05 December 2022. ��Questions submitted after this date may not be answered. Quotes in response to this solicitation must be submitted via email to the POC and Contracting Officer �listed above no later than the established deadline. Quotes must be valid through 10 January, 2023 All price quotations and contractor information must be submitted on Attachment 2 - Quote Sheet, and it must be filled in entirely. NOTE: All offerors must propose at minimum two (2) proposed scheduled events referenced in the SOW or all 12 proposed scheduled events, in order to be considered responsive. The Government reserves the right to issue purchase orders to no more than seven (7) responsible offerors whose quotes represent the lowest price technically acceptable in accordance with the specifications within the SOW. EVALUATION CRITERIA The Government intends to award one to seven (1 - 7) Firm Fixed Price, (FFP) contract(s) resulting from this solicitation to the responsible offeror(s) whose quote(s) conforms to the solicitation will be most advantageous to the Government, (price and other factors considered). This solicitation will be evaluated with Lowest Price Technically Acceptable, (LPTA). The ��following factors shall be used to evaluate offers: Ability to Receive Award. If a contractor has been disbarred, has any active exclusions listed in SAM.gov or an Inactive SAM.gov account at the time their quote was submitted, they are not eligible for award. Technical Acceptability. The Government will evaluate quotes for technical acceptability in accordance with the solicitation and the SOW. technical evaluation team will evaluate by assigning a rating of �acceptable� or �unacceptable�. The Government will evaluate the lowest priced quote for technical acceptability in accordance with the solicitation. If the lowest priced quote is determined not to be technically acceptable, the next lowest quote will be evaluated and so on, until one is found to be technically acceptable. When combined, the Technical Approach Document will be the only basis for NNSY Technical Evaluators rating of �acceptable� or �unacceptable�; see below for details. Technically acceptable specifications are for renting a space for career fair and in accordance with Attachment 1 � Statement of Work. A Technical Approach Document is required. Technical Approach: Doc shall state how the contractor intends to complete the work as stated in the SOW/PWS in as much or as little detail as they believe required. Format: Technical Approach and Past Performance documents can be submitted in Word, Excel, or PDF format. Limitations: Each element, (Technical) will not exceed two (2) pages in length, no more than four (4) when combined. Font will not be smaller than 10pt. Documents which contain any Contractor identifying information or price may be deemed technically unacceptable and not considered for award: Past Performance. �Documentation demonstrating successful performance on 3 � 5 similar events is requested. �The contractors past performance will be evaluated based on the recency, relevancy, of the past performance information submitted as well as whatever else the Government can find in Contractor Reporting systems.� Recency for this requirement is for a contract performed within the last three (3) years.� The final Past Performance rating will be based on the Government�s overall confidence of each contractor.� If a contractor submits no past performance, they cannot be rated above �Neutral Confidence�. Price. Will be evaluated on a comparative basis amongst all received quotations and the Government�s ��estimate. All price quotations and contractor information must be submitted on Attachment 2 - Quote Sheet, and it must be filled in entirely. ATTACHMENTS Attachment 1 � Statement of Work Attachment 2 � Quote Sheet
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e18f5fbe75334163ad7dd84ba7f529f2/view)
 
Place of Performance
Address: VA, USA
Country: USA
 
Record
SN06527663-F 20221127/221125230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.