Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOLICITATION NOTICE

U -- Acquire conference facilities and hotel accommodations in support of the Judge Advocate General Training Symposium to occur May 1-4, 2012 in/around Washington, DC.

Notice Date
3/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018912Q0812
 
Response Due
3/16/2012
 
Archive Date
3/19/2012
 
Point of Contact
Pete Certo 215-697-1017
 
Small Business Set-Aside
N/A
 
Description
The NAVSUP Fleet Logistics Center Norfolk Philadelphia Office intends to acquire conference facilities and hotel accommodations in support of the Judge Advocate General Training Symposium to occur on 1, 2, 3, and 4 May 2012. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures as described in FAR 13. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on NECO (http://www.neco.navy.mil/). The RFQ number is N0018912Q0812. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-48 and DPN 20101229. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 721110 and the Small Business Standard is $5 Million. This is a competitive, unrestricted action. NAVSUP Fleet Logistics Center Norfolk Philadelphia Office requests responses from responsible sources capable of providing the hotel accommodations and conference/meeting facilities specified herein. The requirements for the hotel accommodations and conference facilities are as follows: Only hotels that include the requisite on-site conference facilities described herein will be considered for award. The hotel/conference facility must be within 5 miles of the Pentagon. Hotel accommodations: 202 estimated hotel rooms for guests arriving on 1 May 2012 and departing 4 May 2012. A small number of overseas travelers may be required to stay an extra night (departing 5 May 2012) dependent on flight availability. The exact number of rooms will be made available 10 business days in advance of the conference. Payment will only be made for rooms utilized. Conference/meeting spaces Specs: Main room must be able to seat up to 400 people, theatre-style 7-10 breakout rooms required with a capacity of up to 50 people in each All meeting rooms should have to ability to be set up as requested by the Government Facilitator (i.e. in a U shape). Room Schedule: Main room required all four days Breakout rooms required days two and three All meeting rooms should have to ability to be set up as requested by the Government Facilitator (i.e. in a U shape, etc). Audio Visual: A/V support including laptop-compatible projectors, large screen displays with sound system for presentations in all meeting rooms. Dais/stage with podium and microphone in all meeting rooms. Wireless lapel microphones available in all meeting rooms. Note: OJAG will supply their own laptop computers. Food: Meals will not be required as part of this procurement. However, on-site commercial dining facilities must be available for all meals. Shuttle Service: Courtesy shuttle providing transportation to and from the airport. Parking: The hotel must be able to provide parking for symposium attendees from the morning of 1 May 2012 through the afternoon of 4 May 2012. Although Parking will not be a priced line item under the prospective contract, the contractor is required to provide the parking rate for the parking service or facility to be utilized by the symposium attendees. The parking rate provided will be utilized for evaluation purposes based on the following estimate of parking spots required: maximum of 202, but likely less due to metro use and other public transportation. Based on the foregoing, the contractor shall price the following Contract Line Items (CLINs): CLIN 0001 Hotel Accommodations as specified above, Quantity of 202 rooms, unit price per room. The Government will provide the Tax Exemption Certification, so please do not include the associated taxes in the quote. CLIN 0002 Conference facilities (meeting rooms and A/V support) as specified above, Quantity 1 lot, price per lot; The contractor shall also provide the parking rate per parking spot as detailed above. Evaluation: Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be evaluated on the basis of price and past performance. Price will be evaluated by totaling the line items listed above and adding in the evaluation of the parking rate multiplied by the estimated number of spots as detailed above. Past performance will be evaluated by installing a four diamond AAA rating as the minimum acceptable grade for acceptable past performance. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including FAR clauses: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note); 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). For the purposes of this procurement, if found in either the text of clauses/provisions incorporated by reference or the actual text of this synopsis/solicitation, any instances of the word offeror shall be construed to mean quoter , and any instances of the words offer or proposal and shall be construed to mean quote . Quoters shall include a completed copy of 52.212-3 and its ALT I, as well as a completed copy of 252.212-7000 with their quotes. All clauses detailed herein shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including DFARS clauses 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181); and 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include pricing as described above, address of hotel, a point of contact, name and phone number. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The assessment of the quoter s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ Responses to this synopsis/solicitation are to be e-mailed to Mr. Pete Certo at peter.certo@navy.mil, no later than 16 March 2012 @ 5:00pm EST. Questions regarding this synopsis/solicitation should be directed to Mr. Pete Certo, who may be reached by telephone at (215)697-1017 or by e-mail at peter.certo@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018912Q0812/listing.html)
 
Record
SN02690547-W 20120309/120307234709-006c36f69a9b477b237e12f044e6e3b8 (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  © 1994-2020, Loren Data Corp.