Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2019 FBO #6383
SOLICITATION NOTICE

X -- Hotel Lodging and Conference Facility Rental, Oahu, Hawaii

Notice Date
5/14/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
96860
 
Solicitation Number
N0060419Q4045
 
Response Due
5/20/2019
 
Archive Date
6/4/2019
 
Point of Contact
Ryan Kanda 808-473-7582
 
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 and 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 RFQ number is N0060419Q4045. This solicitation documents and incorporates provisions and clauses in effect through FAC 2109-02 and DFARS Publication Notice 20190430. 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. The NAICS code is 721110 and the Small Business Standard is $32.5M. This is a competitive, unrestricted action. The Small Business Office concurs with the acquisition strategy. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing a conference venue and associated services on Oahu, Hawaii, to include lodging, meeting, dining and recreation areas to accommodate three (3) 48-hour weekend family enrichment retreats in support of Commander Navy Region Hawaii CREDO (Chaplains ™ Religious Enrichment Development Operations) Program. See attached performance work statement for full details and requirements. The location is Oahu, Hawaii. Responsibility and Inspection: unless otherwise specified in the order, the contractor is responsible for the performance of all inspection requirements and quality control. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/. The government is unable to award contracts to firms without an active SAM registration. The following FAR and DFARS provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.212-1 (DEVIATION 2018-O0018) Instructions to Offerors ”Commercial Items 52.212-3 Alt I Offeror Reps and Certs 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-4 (DEVIATION 2019-O0003) Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.232-33 Payment by Electronic Funds Transfer “ System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea ”Basic See Attachments: 1. Performance Work Statement 2. Mandatory Quote Sheet 3. FAR 52.212-3 Alt I REQUIRED: Bidders shall submit: 1. Completed Mandatory Quote Sheet with all green blocks filled in 2. Completed FAR 52.212-3 Alt I (or statement affirming no changes to SAM Company Reps and Certs) 3. Company Quote, if presenting additional information other than the Mandatory Quote Sheet This announcement will close on 5/20/2019 at 12:00 PM Hawaii Standard Time (HST). All questions regarding this solicitation shall be sent via email to ryan.kanda@navy.mil no later than 5/17/2019 at 12:00 PM HST. All quotes must be submitted via email only, to ryan.kanda@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. The contract award will be made to the bidder providing the lowest-priced, technically acceptable quote with favorable past performance. The Past Performance Information Retrieval System (PPIRS) will be used to review the bidder ™s past performance. A firm fixed price contract award is anticipated. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/. The government is unable to award contracts to firms without an active SAM registration. All quotes shall include price(s), a point of contact, name and phone number, CAGE code, DUNS, business size, and payment terms. Quotes shall not exceed five (5) pages in total. Facsimile quotes will not be accepted. Each response must clearly indicate the capability of the Quoter to meet all specifications and requirements of the performance work statement. ******* End of Combined Synopsis/Solicitation ******** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060419Q4045/listing.html)
 
Record
SN05311194-F 20190516/190514230051 (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.