SOLICITATION NOTICE
V -- HOTEL SERVICES FOR MARRIAGE RETREAT
- Notice Date
- 9/3/2011
- Notice Type
- Combined 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
- 00000
- Solicitation Number
- N0060411T3204
- Response Due
- 9/9/2011
- Archive Date
- 9/24/2011
- Point of Contact
- LAUREN TRIGGS 808-473-7505
- 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 13, using Simplified Acquisition Procedures, 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 (http://www.neco.navy.mil/). The RFQ number is N00604-11-T-3204. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110819. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 721110 and the Small Business Standard is $7.0M. This is a competitive, unrestricted action. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001 in IAW with Performance Work Statement QUANTITYUNIT 1 Group SEPTEMBER 2011 MARRIAGE ENRICHMENT RETREAT FOR 30 COUPLES, 3 CREDO STAFF AND 1 GUEST SPEAKER. TOTAL GUESTS: 64 INCLUDES 33 GUESTROOMS WITH PARKING FOR UP TO 33 SPACES, 4 MEALS PER GUEST, REFRESHMENTS, AND MEETING ROOM USAGE. SEE PERFORMANCE WORK STATEMENT FOR BREAKDOWN PERIOD OF PERFORMANCE: 23-25 SEPTEMBER 2011 CLIN 0002 in IAW with Performance Work Statement QUANTITY UNIT 1 GROUP OCTOBER 2011 MARRIAGE ENRICHMENT RETREAT FOR 20 COUPLES, 3 CREDO STAFF AND 1 GUEST SPEAKER. TOTAL GUESTS: 44 INCLUDES 23 GUESTROOMS WITH PARKING FOR UP TO 23 SPACES 4 MEALS PER GUEST, REFRESHMENTS, AND MEETING ROOM USAGE. SEE PERFORMANCE WORK STATEMENT FOR BREAKDOWN PERIOD OF PERFORMANCE: 14 “ 16 OCTOBER 2011 CLIN 0003 in IAW with Performance Work Statement QUANTITY UNIT 1 GROUP NOVEMBER 2011 MARRIAGE ENRICHMENT RETREAT FOR 20 COUPLES, 3 CREDO STAFF AND 1 GUEST SPEAKER. TOTAL GUESTS: 44 INCLUDES 23 GUESTROOMS WITH PARKING FOR UP TO 23 SPACES, 4 MEALS PER GUEST, REFRESHMENTS, AND MEETING ROOM USAGE. SEE PERFORMANCE WORK STATEMENT FOR BREAKDOWN PERIOD OF PERFORMANCE: 18-20 NOVEMBER 2011 CLIN 0004 in IAW with Performance Work Statement QUANTITY UNIT 1 GROUP JANUARY 2012 MARRIAGE ENRICHMENT RETREAT FOR 20 COUPLES, 3 CREDO STAFF AND 1 GUEST SPEAKER. TOTAL GUESTS: 44 INCLUDES 23 GUESTROOMS WITH PARKING FOR UP TO 23 SPACES, 4 MEALS PER GUEST, REFRESHMENTS, AND MEETING ROOM USAGE. SEE PERFORMANCE WORK STATEMENT FOR BREAKDOWN PERIOD OF PERFORMANCE: 27-29 JANUARY 2012 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: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 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 including 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer - CCR Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.204-7004, Alternate A, Central Contractor Registration 252.232-7010, Levies on Contract Payments DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.232-7003 Electronic Submission of Payment Requests This announcement will close at 1400 Hawaiian Standard Time on 09 September 2011. Contact Lauren Triggs who can be reached at 808-473-7505 or email lauren.triggs@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. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable low bids. In order to be considered technically acceptable, must meet delivery dates stated in period of performance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411T3204/listing.html)
- Record
- SN02562598-W 20110905/110903233245-e822d96bc3739584a0a30529da830a71 (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 |