Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2014 FBO #4719
SOLICITATION NOTICE

V -- Lodging / Conference Support DC Metro Area - Statement of Work

Notice Date
10/24/2014
 
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
HQ0013DLAC57003
 
Archive Date
11/15/2014
 
Point of Contact
Janet M D'Angelo, Phone: 703-601-3728
 
E-Mail Address
janet.d'angelo@dsca.mil
(janet.d'angelo@dsca.mil)
 
Small Business Set-Aside
N/A
 
Description
The attached provides additional details regarding the Defense Institute of International Legal Studies (DIILS) lodging and conference support services. Solicitation Number: HQ0013-DIILS-DLAC570035 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) The solicitation number HQ0013-DIILS-DLAC57003 is issued as a Request for Quote (RFQ). Under this requirement, the Defense Security Cooperation Agency (DSCA) intends to award a commercial, firm fixed price contract. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 effective August 25, 2014. 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 solicitation is to procure lodging and conference support services in accordance with the specifications in the attached Statement of Work (SOW). Please see the attached statement of work (SOW) for specific requirements. The applicable North American Industry Classification Standard (NAICS) code is 721110, Hotels (except Casino Hotels) and Motels. The small business size standard is $32.5 million. (v) Specifics. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. Period of performance: Services will be required on the following dates: November 17-23, 2014 Place of Performance: Services will be performed at contractor's facility in the Crystal City / Pentagon City Area of Arlington, VA. The Government shall provide a final list of attendees 1 week (7 calendar days) prior to the start of the course. The contractor shall bill the Government for actual rooms utilized versus reserved. The Contractor shall perform the required services at the contractor's facility. NOTE: 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. Contract Line Item (CLIN): DSCA intends to purchase the services under the following Contract Line Item (CLIN): 0001 Lodging/Sleeping Rooms, November 17-23, 2014; Quantity 208 room nights x Unit of measure "each". GUEST NAME NUMBER OF GUESTS ARRIVAL DATE DEPARTURE DATE NUMBER OF NIGHTS TOTAL ROOM NIGHTS DIILS Staff * 1 17 Nov 21 Nov 3 3 DIILS Staff * 6 17 Nov 23 Nov 5 30 Participants 35 17 Nov 23 Nov 5 175 TOTALS 42 208 • DIILS Staff will be self pay and therefore, not chargeable to the master account. 0002 Conference Support Services 0002AA Conference Room: 1 PM- 5 PM November 18, 2014; Quantity 1 x Unit of measure "each". 0002AB Audio/Visual Support Equipment: Projection Package (projection screen, projector table, power strip and extension cord). Quantity 1 x Unit of measure "each". 0003 Manpower Reporting: Quantity 1 x Unit of measure "each". NOT SEPARATELY PRICED. All prices MUST include all applicable fees, gratuities, and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. The lodging and conference support services provided under the above CLINs will support the Defense Institute for International Legal Studies (DIILS) Military Law Development Program (MLDP). Requirements: The hotel must also be within 1/4-mile walking distance of the following: a. At least two (2) local restaurants b. At least two (2) convenience stores that sell basic food items. The hotel must be with ½ mile walking distance of the Washington D.C. Metro. In order to minimize daily travel time and expense and facilitate Pentagon participation, lodging in the Crystal City/Pentagon City area preferred. Breakfast, lunch and dinner options on the premises of the selected hotel are essential unless full kitchen facilities are provided in each room and grocery shopping is available within a.5 mile distance from the hotel. All participant rooms must be of a similar size and type (e.g. all studio suites or all one-bedrooms) and must have either kitchenettes or refrigerators and microwaves. Hotel should have sufficient space in a public area for groups of up to 10 participants to meet and work on group assignments. Shuttle bus/vans should be available to and from nearby shopping areas and Metro Stations. The hotel must have an arrival area that can accommodate a large motor coach (50 passenger or more) for drop-off, pick up, and short term parking (at least 30 minutes). Temporary parking space for a motor coach must be available immediately outside the hotel. Additionally the hotel including the arrival area must be handicap accessible. A DIILS Staff member will arrive at least two hours ahead of the participants and other DIILS staff to facilitate advance check in and distribution of room keys to participants. Hotel staff will provide the DIILS staff member facilitating advance check in with room keys for distribution to MLDP participants upon their arrival. (vi) Clauses and Provisions. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: Award will be made on a Low Price Technically Acceptable (LPTA) basis. LPTA is a process wherein the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. A single award will be made to the responsible Offeror whose quote conforms to the solicitation requirements and presents the lowest price technically acceptable (LPTA) quote, as determined by the evaluation criteria herein. The following evaluation factors shall be used to evaluate offers: Quality of Rooms, Services and Amenities - The Government will evaluate the quality and capability of the services and amenities proposed by the Offeror to meet the requirements identified in the PWS. The evaluation of this factor will consider the following minimum requirements: Location of facility: - The hotel must be with ½ mile walking distance of the Washington D.C. Metro Rail Station. - In order to minimize daily travel time and expense and facilitate Pentagon participation, lodging in the Crystal City/Pentagon City area preferred. - The location of the hotel for safety/incidence of crime in the area, using publicly available statistics by zip code. Amenities: - The hotel must also be within 1/4-mile walking distance of the following: At least two (2) local restaurants At least two (2) convenience stores that sell basic food items. - Shuttle bus/vans should be available to and from nearby shopping areas and Metro Stations. - All participant rooms must be of a similar size and type (e.g. all studio suites or all one-bedrooms) and must have either kitchenettes or refrigerators and microwaves. - Compliance with ADA Act, PL101-336 (42 USC Section 12101 et. seq.) and Hotel & Motel Fire Safety Act of 1990 Price - The Government will evaluate Price for reasonableness in accordance with FAR 13.106-3(a) Basis for award. Past Performance - The Government will evaluate Past Performance in accordance with FAR 13.106-2(b) (3). Offerors should identify past or current contracts (including Federal, State, and local government and private) for efforts similar to this requirement. Offerors are encouraged to provide information on problems encountered on the identified contracts and the corrective actions take to address the problems. The Government shall consider this information, as well as information obtained from any other sources such as the Past Performance Information Retrieval System (PPIRS), when evaluating the past performance. The provision at FAR 52.212-3, Alt 1 Offeror Representations and Certifications Commercial Items, Alternate I applies. Offerors shall be registered in the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Also in accordance with the clause, all prospective Offerors must be actively registered in the Central Contractor Registration prior to award. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.204-7, System for Award Management 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). 52.246-4 Inspection of Services - Fixed Price 252.204-7004 - Alt I, System for Award Management, Alt I 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7001, Pricing of Contract Modifications 252.243-7002, Request for Equitable Adjustment Other FAR/DFARS provisions/clauses are incorporated by reference and include DFARS 212.212-7000, Offeror Representations and Certifications-Commercial Items and DFARS 212.212.7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items]. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far. 1. Offeror shall provide descriptive literature to include information on the services, location and amenities of the proposed facility. The submission should also identify the applicable early and late checkout terms and conditions for the group. 2. Offerors shall provide past performance information (e.g. letters of recommendations, customer evaluations, etc) indicating the quality of the hotel services and amenities during the past year. The past performance information shall also include at least one reference from a group for which they provided services similar in scope to that of the upcoming DIILS course. The Offeror shall include the name, email address, and phone number for all references. Past performance information must be from recent events (within the past year) held at the Offeror's facility. 3. Offerors shall provide a quote using the pricing schedule provided in this combined synopsis/solicitation. Offerors shall provide their hotel cancellation policy and the associated fees with the price submission. 4. Please include FEMA # and confirm compliance with the following Acts: - ADA Act, PL101-336 (42 USC Section 12101 et. seq.) - Hotel & Motel Fire Safety Act of 1990. 5. Offers shall be submitted by October 31, 2014 no later than 2PM EST. Offers shall be submitted via email to Janet.D'Angelo@dsca.mil with the subject line "HQ0013-DIILS- DLAC57003 DIILS Resident Course Lodging". Facsimile submissions will not be accepted. Further details regarding the requirement can be found in the attached Statement of Work (SOW).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013DLAC57003/listing.html)
 
Place of Performance
Address: DC Metro Area, Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN03558185-W 20141026/141024234202-98bf6886b76ca54d912c8a3cd65e37e4 (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.