Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2019 FBO #6441
SOLICITATION NOTICE

X -- Special Operations Command Pacific (SOCPAC) requirement for Family Retreat 30 July - 1 August 2019 (part of Family Strengthening Program).

Notice Date
7/11/2019
 
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
N0060419Q4062
 
Response Due
7/17/2019
 
Archive Date
8/2/2019
 
Point of Contact
Jennifer Marjanovic 808-473-7502
 
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 Simplified Acquisition Procedures for commercial items found at FAR 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 will be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N0060419Q4062. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-03 and DFARS Publication Notice 20190628. 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/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The applicable NAICS code is 721110 (Hotels (except Casino Hotels) and Motels) with a small business size standard of $32.5 Million. This is a competitive, unrestricted solicitation. The Small Business Office concurs with the decision. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests a quote from qualified sources capable of providing the following services in accordance with the Performance Work Statement (Attachment 1). Please submit your quote utilizing the Quote Submittal Spreadsheet (Attachment 2): Family Strengthening Retreat Period of Performance 30 July 2019 “ 01 August 2019 Special Operations Command Pacific (SOCPAC) requirement for Family Retreat 30 July - 1 August 2019 (part of Family Strengthening Program), to include lodging, meeting room, childcare, meals, and parking. The following attachments are applicable: ATTACHMENT 1: Performance Work Statement (PWS) ATTACHMENT 2: Quote Submittal Spreadsheet ATTACHMENT 3: FAR 52.212-3 Alt I, Offeror Representations and Certifications. A complete quote in response to this combined synopsis/solicitation must include the completion of: The Quote Submittal Spreadsheet for PWS requirements (Attachment 2) and FAR 52.212-3 Alt I (Attachment 3). Attachment 2 (Quote Submittal) shall also identify the hotel name and location. Failure to submit Attachment 2 and 3 may result in your submission being deemed unresponsive. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR 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 52.204-22 Alternative Line Item Proposal 52.212-1 Instructions to Offerors “ Commercial Items 52.212-3 Offeror Representations and Certifications “ Commercial Items “ Alternate I 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.222-3 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 Combatting Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.232-33 Payment by Electronic Funds Transfer-SAM 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 52.252-1 Solicitations Provisions Incorporated by Reference, can be applicable to commercial supplies or services as needed. 52.252-2 Clauses Incorporated by Reference, can be applicable to commercial supplies or services as needed. Additional contract terms and conditions applicable to this procurement are: 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 The intended outcome of the RFQ is the issuance of a single-award, firm-fixed price purchase order to the responsible quoter offering the best value. The Government intends to evaluate quotations and issue a purchase order based on the initial quotations received. Therefore, the quoter ™s initial quotation should contain the quoter ™s best terms from a price and technical standpoint. Award of the contract resulting from this RFQ will be made to the responsible quoter whose quote is technically acceptable, in full compliance to all other requirements set forth in the RFQ, and the lowest price determined to be fair and reasonable. To be considered technically acceptable the quoters must identify the name and location of the hotel quoted and state that they take no exceptions to Attachment 1: Performance Work Statement. The Contracting Officer will rank quotes from lowest to highest price and review the technical quotes of the three lowest priced quotes first. If the lowest priced quote is technically acceptable and can meet all of the requirements identified in Attachment 2, then upon a fair and reasonable determination an award will be made to the lowest priced, technically acceptable quote. This solicitation will close at 1000 hours (10:00AM) Hawaii Standard Time on Wednesday 17 July 2019. All quotations shall be submitted to Jennifer Marjanovic via email at jennifer.marjanovic@navy.mil by the solicitation closing time listed above. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. The quoter will provide a quote in response to the terms of the solicitation and the final contract award will be based on a determination of responsibility and lowest price technically acceptable. 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 http://www.sam.gov/. All quotes shall include price(s), a point of contact, name and phone number of the quoters authorized agent, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ******** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUL-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/N0060419Q4062/listing.html)
 
Place of Performance
Address: Buyer Information: 1942 Gaffney St, Ste. 200 Bldg. 475-2, Code 200, Pearl Harbor, HI
Zip Code: 96860
Country: US
 
Record
SN05367329-F 20190713/190711230056 (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.