Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOLICITATION NOTICE

X -- Conference space and ancillary services to accommodate the Supply Corps Senior Leadership Symposium (SCSLS)

Notice Date
8/24/2018
 
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
N0018918QZ762
 
Response Due
8/28/2018
 
Archive Date
9/12/2018
 
Point of Contact
Tessa Wastun 215-697-5024
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6, using the Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. 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 both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN), Contracting Department, Detachment Philadelphia hereby provides notice of its intent to award a firm-fixed-price (FFP) purchase order to a single source: NCC PS Enterprises, LLC (Doing business as: The National Conference Center). The address of NCC PS Enterprises, LLC is 18980 Upper Belmont Place, Leesburg, VA 20176-1245. The Government intends to solicit and negotiate with ONLY ONE SOURCE under the authority of FAR 13.106-1(b), Soliciting from a Single Source. The applicable NAICS code is 721110 and the Small Business Standard is $32.5 Million. This synopsis/solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Publication Notice 20161222. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. CLIN 0001: SCSL Symposium, (FFP, 1 Lot) This requirement is being processed on behalf of the Naval Supply Systems Command (NAVSUP). The contractor shall provide conference space and ancillary services to accommodate the Supply Corps Senior Leadership Symposium (SCSLS). The specific minimum characteristics required by NAVSUP for the conference space and applicable services include the following: 1) located in the National Capital Region; 2) large enough to accommodate 210 attendees; 3) possessing a sufficient number of breakout rooms to accommodate all attendees, with each room fitting around 50 attendees; 4) possessing facilities to lodge 180 of the attendees; 5) containing dining and fitness facilities for attendees and a work room for symposium coordinators; and 6) available during the required symposium timeframe, 5-9 November 2018. A Statement of Work (SOW) is provided with this requirement. The anticipated period of performance will last for five (5) days, from 5-9 November 2018. Additional information pertinent to this posting is provided herein as an attachment and includes, but is not limited to, the following: line item information for quoting purposes, a Statement of Work (SOW), and a copy of all clauses and provisions applicable to this synopsis/solicitation. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1. Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than 28 August 2018, 1200 Eastern Time (ET). A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a capability statement or quotation which shall be considered by the agency; however, only services meeting NAVSUP ™s requirements will be considered for award. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered; all responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine whether a competitive solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Registration is free and can be completed on-line at http://www.sam.gov/. Interested parties are encouraged to furnish information. No documents submitted will be returned. By submitting capability information, the contractor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Tessa Wastun (Contract Specialist) via email at Tessa.Wastun@navy.mil. The capability documentation should include general information and technical background describing in detail the prospective contractor ™s capabilities and experience that will demonstrate the ability to support these requirements. ATTACHMENT 1: SectionTitle AStatement of Work BAdditional Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018918QZ762/listing.html)
 
Record
SN05054916-W 20180826/180824231146-bc47e3bb5d33466ee023ed01b10c6068 (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.