SOLICITATION NOTICE
V -- Lodging and Conference space - Package #1
- Notice Date
- 8/7/2012
- 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
- HQ0013DNAR30002
- Archive Date
- 9/5/2012
- Point of Contact
- Petra McPherson, , Woodrow W. Bell,
- E-Mail Address
-
petra.mcpherson@dsca.mil, woodrow.bell@dsca.mil
(petra.mcpherson@dsca.mil, woodrow.bell@dsca.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS Solicitation Number: HQ0013DNAC30002 Notice Type: Combined Synopsis/Solicitation (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commerical Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)This solicitation document, HQ0013DNAC30002, is issued as a Request for Quote (RFQ). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. It is the responsibility of the offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv)This solicitation is issued under FAR Part 13-Simplified Acquisition Procedures. This requirement is to provide conference space, lodging and lunch, dinner, AM & PM breaks and AV equipment in support for a two day Executive Offsite for Defense Security Cooperation Agency from 1-2 November 2012. The North American Classification System (NAICS) code is 721110, size standard is $30 million. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. (v)This requirement is to procure lodging and conference support as specified in the attached Performance Work Statement. (vi)The requirement shall be Firm Fixed Price (FFP). (vii) Delivery of service is to be performed perferably 15-20 miles from the business office located in the vicinity of Arlington, VA to allow for uninterruped executive discussions. Requirements as follows: ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN 0001 50 EACH Day Conference Package Rate on 1 November 2012 Conference Meeting Package price includes continuous beverage service for morning and afternoon refreshment breaks, Standard AV equipment - including LCD projectors/screen/VCR with monitor/projector w/wireless slide advancer for powerpoint, 2 flip charts/markers; general session meeting room, dedicated conference planning manager, office supply kit - tape, pens, markers, paperclips and service charge. Personal expense items in guest rooms such as long distance phone charges, internet, movie rentals, laundry, room service, etc. will be paid for by the guest and shall not be billed under the resultant purchase order. All prices MUST include all applicable taxes, fees, gratuities, commissions, and service charges. Hotel should only bill for actual rooms used. THE FEDERAL GOVERNMENT IS TAX EXEMPT. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN 0002 50 EACH Evening Sleeping Room Conference Package through 2 November 2012 Sleeping rooms for 50 guest begins on the evening of 1 November through checkout on 2 November. (approx. 7 guests will be arriving on 31 October and will be paying individually for the evening room). Complete Meeting Package Price which includes: Standard Guest room(Queen Bed), breakfast, dinner in restaurant, continuous beverage service for morning and afternoon refreshment breaks, Standard AV equipment - including LCD projector/screen/VCR with monitor/projector w/wireless slide advancer for powerpoint, 2 flip charts/markers; general session meeting room, dedicated conference planning manager, office supply kit - tape, pens, markers, paperclips and service charge. See PWS for configeration of conference room and AV equipmment. All prices MUST include all applicable taxes, fees, gratuities, commissions, and service charges. Hotel should only bill for actual rooms used. THE FEDERAL GOVERNMENT IS TAX EXEMPT. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN 0003 50 EACH Boxed lunch food service To support a working lunch on 1 November Boxed lunch and include a vegetarian and dietary option All prices MUST include all applicable taxes, fees, gratuities, commissions, and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN 0004 50 EACH Private Dinner 50 guests on the evening of 1 November. Dinner will be a buffet and consist of but not limited to Chicken or Beef entrée, one fish entrée, and sides that a vegetarian could make a meal of (pasta, a couple of salad choices, a couple of vegetable dishes). Social Hour is scheduled for 1700-1800hrs prior to the evening dinner and will be paid for by each individual. All prices MUST include all applicable taxes, fees, gratuities, commissions, and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT CLIN 0005 25 EACH Table micorphones One table microphone per 2 people set up in the General Session room on U-shape table. (Approximately 50 participants) THIS IS NOT A REQUEST FOR AN EVENT PLANNER. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. (viii) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (ix)Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (x)Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the most advantageous to the Government, price and other factors considered (considering price and capability to meet the description of work). (xi) Evaluation Factors The Evaluation factors are Cost and Capability •1. Cost: The proposed price to address the requirements •2. Capability: The ability to meet all the soliciation requirements. Acceptability Standard for Capability: 1) Contractor has appropriately ready rooms available on the required dates; 2) Contractor is able to meet requirements for breaks, lunch and dinner; 3) Contractor can provide meeting room, materials and AV equipment. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. (xii)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xiii)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition Addendum to FAR 52.212-4. 1. Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line times (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions an interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award ISSUE BY DODAAC: HQ0013 ADMIN BY DODAAC: HQ0013 INSPECT BY DODAAC: HQ0013 ACCEPT BY DODAAC: HQ0013 LOCAL PROCESSING OFFICE DODAAC: HQ0013 PAYMENT OFFICE DODAAC: F67100 PAYMENT OFFICE FISCAL STATION CODE: DFAS - LI (xiv) The following FAR clauses apply to this acquisition: Clause at FAR 52.212-5(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil). 52.203-13, Contractor Code of Business Ethics and Conduct; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.212-3, Offeror Representation and Certifications - Commerical Items; 52.212-4, Contract Terms and Conditions - Commerical Items; 52.219.4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-28, Post Award small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in persons; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-18; Subject to the Availability of Funds; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.246-1, Contractor Inspection Requirement; 52.246-4, Inspection of Services-Fixed Price; 52.232-18, Subject to the Availability of Funds; 52.249-1, Termination for the Convienence of the Government; 52.252-2, Clauses Incorporated by Full Text (website provided by http://farsite.hill.af.mil). (xv) The following DFAR clauses apply to this acquisition: DFARS 252.203-7002, Requirement to inform Employee's of Whistleblower Rights; DFARS 252.203-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items ;252.225-7002, Qualifying Country Sources as Subcontractors; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Request for Equitable Adjustment. Applical additional clauses under DFARS 252.212-7001 are as follows: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.232-7003, Electronic Submissions of Payment Requests. (xvi)Submission of proposals shall be forwarded by 21 August 2012, 10:00 AM EST. Offerors shall provide a quote using the pricing schedule provided in this combined synopsis/solicitation. (xvii)Submission of Quotes: Quotes shall be forwarded to Mrs. Petra McPherson via email to: petra.mcpherson@dsca.mil. Facsimile submission will not be accepted. (xix)The point of contact (POC) for this acquisition is Mrs. Petra McPherson. She may be emailed at petra.mcpherson@dsca.mil. (xx)A detailed requirement description is attached.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013DNAR30002/listing.html)
- Record
- SN02829299-W 20120809/120807235833-159b405b90f87c56ffc87ed88bd6b32a (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 |