Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
SOLICITATION NOTICE

R -- ESSL Program Lodging Services, Oct 20-Nov 12, 2017 - PWS Lodging and Conference Services ESSL Program

Notice Date
9/15/2017
 
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
HQ0013-17-Q-0108
 
Archive Date
10/7/2017
 
Point of Contact
Constance House, Phone: 703-697-9961, James E Washington Jr, Phone: 703-697-8937
 
E-Mail Address
constance.v.house.civ@mail.mil, james.washington.civ@mail.mil
(constance.v.house.civ@mail.mil, james.washington.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The attachment is the PWS to provide lodging and conference services for the ACSS, ESSL Program. Period of performance shall be October 20-November 12, 2017 (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; quotes are being requested and a written solicitation will not be issued. (ii)This solicitation document, HQ0013-17-Q-0108 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 incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-95, Effective January 13, 2017. It is the responsibility of the Offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv) This requirement is to provide lodging services to support approximately 70 individuals, 1240 single rooms, to participate in the Africa Center for Strategic Studies (ACSS) Emerging Security Sector Leaders Program Conference hosted in Washington, DC. Please see the attached Performance Work Statement (PWS) for specific requirements. The applicable North American Classification System (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: October 20 through November 12, 2017 (vi) This requirement is to provide lodging services as specified in the PWS for the Contract Line Items (CLINs). Please see attached PWS for Schedule of Services Breakdown. Offerors shall provide information regarding cancellation policy. NOTE: All prices MUST include all applicable fees, gratuities, and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. (vii) The Government shall provide a final list of attendees and the contractor shall bill the Government for actual rooms utilized versus reserved. (viii) The Government will not execute any contract other than with the facility or venue proposed to hold the event and provide accommodations. Any offer from a source other than the hotel or lodging venue itself must include written evidence that the offeror is currently authorized to submit binding proposals/quotes on behalf of the venue whose accommodations and/or facility 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 offerors facility shall be deemed technically unacceptable and will not be considered for award. (x) 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, (OCT 2014) applies to this acquisition. (xi) 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 with due consideration to the order of importance. (xii) Contract award will be made to the lowest evaluated price meeting or exceeding the minimum acceptability standards for non-cost factors. Quotes will be evaluated on an "acceptable" or "unacceptable" basis. Quotes will be evaluated for acceptability and shall meet the minimum requirements in order to be considered awardable. Past performance information will also be obtained from all electronic databases and other sources available to the Government. Past performance will be rated on an "acceptable" or "unacceptable" basis. (xiii) The Contractor shall submit a proposal that meets the minimum acceptable requirements of the PWS. The following Technical Evaluation Factor's will be considered: 1. No more than seven (7) miles from Fort McNair, Washington, DC 2. No more than.5 miles walking distances of a metro station or have available 24 hour shuttle services to surrounding areas 3. Rooms: a. Each event attendee provided his/her own room with a private bath and either a refrigerator and microwave or a kitchen/kitchenette, cleaned daily and individually climate-controlled b. Sleeping rooms of similar size and type with separate work space with desk, drawers and lighting c. Rooms shall have kitchenette d. Rooms shall have secured safe for valuables 4. Hot American Buffet Breakfast shall be included with room rate 5. Hotel location shall have at least 5 restaurants with one (1) full service restaurant located inside the hotel which shall offer breakfast, lunch, and dinner menus; and five (5) full service restaurants within a.5 mile walking distance to the hotel. Please list restaurants 6. Rooms shall have high speed internet hook-up 7. Must be American with Disability Act (ADA) compliant 8. Indicate rooms are available on the require date 9. Hotel must have parking availablity 10. Hotel must have space for an optional reception that would accommodate up to 120 people 11. Registration Room: Space should be able to accommodate a minimum of 15 PAX at a time with 3 areas sectioned out with table and chairs. Registration room should be available on 22 October, 2017. The connections must be physical (CAT5) of at least 6MB download and 2MB upload, must allow multiple MAC addresses to transverse the connection and must be a direct connection (no proxy redirect). ACSS will place a wireless router at the end of the connection and will serve multiple workstations and printers sharing the single connection. ACSS will provide the MAC addresses of the routers on the initial setup date. 12. Reception: Will require a podium with microphone. Reception food and beverage shall consist of heavy hors d'oeuvres served by hotel staff on platters, to include 2 vegetables, a fish, a meat, a starch and a dessert at the minimum, with coffee / tea, and 2 non-alcoholic drinks per person. No pork shall be served. A cash-bar would be provided. 13. Facilities Required Registration Room: Room set-up in accordance with diagrams to be provided by ACSS prior to required availability, climate controlled, adequately lit, ability to be secured; availability of internet capability as defined in this PWS. 14. Cancellation Policies: Submission Requirements. Quoters shall provide a detailed description of the quality features quoted to the Africa Center for Strategic Studies. Specifically, quoters shall provide information on proposed cancellation policies as they relate to the Africa Center's desired cancellation policies related to lodging. 15. Past Performance - Submission Requirements. Contractors shall provide past performance information (e.g. letters of recommendation, customer evaluations, etc.) indicating the quality of hotel performance and service during the past year. Additionally, quoters shall provide at least one reference for which the hotel provided services for a group similar in size to the ACSS group within the past year. Contact information shall include the name, e-mail address and phone number of each reference. Past performance information greater than one year will not be considered. (xiv) 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. Past performance information pertaining to the hotel facility (e.g. letters of recommendation, customer evaluations, etc.) indicating the quality of hotel and service during the past year. The past performance information pertaining to the hotel shall also include at least one reference from a group for which they provided services similar in scope to that of this upcoming 2017 Strategy and Defense Policy (SDP) Course. 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 Government will monitor the Contractor's performance under this contract using on-site inspections and customer feedback. The contractor will be given the opportunity to correct or address any adverse findings resulting from observations and feedback. Failure to correct any adverse findings or failure to deliver all services described in this contract may result in non-acceptance of the services by the Government. Failure to meet the standards of this performance work statement may result in a deduction of price equal to the value of the unperformed or poorly performed services. Failure to provide services in accordance with this contract could also result in termination of the contract for cause and/or adversely impact the Contractor's ability to be selected for future contracts. (xv) Price - The Government will determine if the price is fair and reasonable in accordance with FAR 13.106-3. Award will be made on the basis of the lowest evaluated price meeting or exceeding the acceptability standards. (xvi) Provision at FAR 52.212-3, Alt1 Offeror Representations and Certifications Commercial Items, Alternate I applies. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (q) of this provision.The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015) 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 Statues or Executive Orders-Commercial Items (Nov 2015) 52.203-3, Gratuities (Apr 1984) 52.203-6, Restriction on Subcontractor Sales to the Government (Sep 2006) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-7 System for Award Management (Oct 2016) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.204-13 System for Award Management Maintenance (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) 52.204-18 Commercial and Govenrment Entity Code Maintenance (Jul 2016) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Aug 2013) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concern (Oct 2014) 52.219-8, Utilization of Small Business Concerns (Oct 2014) 52.219-14, Limitation on Subcontracting (Nov 2011) 52.219-28, Post Award Small Business Representation (Jul 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Jul 2014) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (March 2015) (22 U.S.C. 7404(g)) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations (May 14) (42 U.S.C. 1792) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 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.) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.233-2 Service of Protest (Sep 2006) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.237-11 Accepting and Dispensing of $1 Coin (Sep 2008) 52.252-1 Solicitation Provisions Incorporated by Reference (Jan 1991) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7000 Disclosure of Information (Oct 2016) 252.204-7003 Control of Government Personnel Work Product Apr (1992) 252.204-7004 Alternate A System for Award Management (Feb 2014) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (Oct 2015) 252.225-7012, Preference for Certain Domestic Commodities (Feb 2013) 252.225-7048, Export-Controlled Items (Jun 2013) 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.243-7002, Request for Equitable Adjustment(Dec 2012) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) (xvii) Submission Requirements: Offerors shall provide descriptive location of the hotel to Fort McNair, Washington, DC and address the minimum requirements. Offerors shall provide past performance information pertaining to the hotel facility (e.g. letters of recommendation, customer evaluations, etc.) indicating the quality of hotel and service during the past year. The past performance information pertaining to the venue shall also include at least one reference from a group for which they provided services similar in scope to that of this upcoming SDP Course. The Offeror shall include the name, e-mail and phone number for all references. Past performance pertaining to the hotel venue must be from recent events (within the past year) held at the Offeror's facility. Offeror shall provide their cancellation policy and associated fees with the price submission and identify the applicable early and late checkout terms and conditions for the group. Questions shall be submitted by Tuesday, September 19, 2017, 11:00 am EST. Quotes shall be submitted by Friday, September 22, 2017, 11:00 am EST using the pricing schedule provided in this combined synopsis/solicitation. Quotes shall be submitted via email to constance.v.house.civ@mail.mil with the Subject Line "HQ0013-17-Q-0108 Lodging and Conference Services for Emerging Security Sector Leaders Program, October 20, 2017-November 12, 2017. The contracting officer for this solicitation is: james.e.washington.civ@mail.mil. Facsimile submission will not be accepted. Further details regarding this requirement can be found in the attached Performance Work Statement (PWS).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-17-Q-0108/listing.html)
 
Place of Performance
Address: African Center for Strategic Studies, Washington, District of Columbia, 2-319, United States
 
Record
SN04680589-W 20170917/170915232035-d469c5972685b1dd26a5e1156fa6c264 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.