Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2012 FBO #3945
MODIFICATION

V -- Lodging Support Services CHDS Advance and Human Rights Courses

Notice Date
9/10/2012
 
Notice Type
Modification/Amendment
 
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
HQ0013-12-R-0004
 
Archive Date
10/2/2012
 
Point of Contact
Janet M D'Angelo, Phone: 703-601-3728
 
E-Mail Address
janet.d'angelo@dsca.mil
(janet.d'angelo@dsca.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: HQ0013-12-R-0004 Notice Type: Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The solicitation number HQ0013-12-R-0004 is issued as a Request for Proposal (RFP). Under this requirement, the Defense Security Cooperation Agency (DSCA) intends to award a commercial, firm fixed price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, Effective July 26, 2012. The applicable North American Industry Classification Standard (NAICS) code is 721110, Hotels (except Casino Hotels) and Motels. The small business size standard is $30 million. NOTE: Proposals from third parties / event planners will not be considered for award. DSCA intends to purchase the services under the following Contract Line Items (CLINS): 0001 Lodging/Sleeping Rooms 13-31 October 2012, quantity 1,143 each. 0002 Lodging/Sleeping Rooms 01-03 November 2012, quantity 144 each. The lodging services provided under the above CLINS will support the Center for Hemispheric Defense Studies' (CHDS) Advance Course and Human Rights Course currently scheduled for 13 October through 03 November 2012. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. The period of performance shall be October 13 - November 3, 2012. The Contractor shall perform the required services at the contractor's facility. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following factors shall be used to evaluate offers: Technical Capability - The Government will review proposals to evaluate the Offeror's ability to meet the requirements identified in the PWS. Price - The Government will evaluate Price for reasonableness in accordance with FAR 15.305(a) (1). Past Performance - The Government will evaluate Past Performance in accordance with FAR 15.304(c) (3) (i). Offerors should identify past or current contracts (including Federal, State, and local government and private) for efforts similar to this requirement. Offerors are encouraged to provide information on problems encountered on the identified contracts and the corrective actions take to address the problems. The Government shall consider this information, as well as information obtained from any other sources, when evaluating the past performance. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt 1 Offeror Representations and Certifications Commercial Items, Alternate I with their offer. Also in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). 52.246-4 Inspection of Services - Fixed Price 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7001, Pricing of Contract Modifications 252.243-7002, Request for Equitable Adjustment Other FAR/DFARS provisions/clauses are incorporated by reference and include DFARS 212.212-7000, Offeror Representations and Certifications-Commercial Items and DFARS 212.212.7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items]. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far. Please include FEMA # and confirm compliance with the following Acts: •- ADA Act, PL101-336 (42 USC Section 12101 et. seq.) •- Hotel & Motel Fire Safety Act of 1990. There are no specifications, plans or drawings relating to this procurement. Interested firms may identify their interest and capability to respond to the requirement and submit a proposal. All responsible sources, other than third party / event planners, that submit an offer will be considered. Proposals are due on September 14, 2012 at 3 PM. Please submit all proposals to Janet D'Angelo via email: janet.dangelo@dsca.mil. The name and telephone number of the individual to contact for information regarding this solicitation is: Janet D'Angelo, 703-601-3728. Place of Performance: Services will be performed at contractor's facility. Further details regarding the requirement can be found in the attached Performance Work Statement (PWS).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-12-R-0004/listing.html)
 
Place of Performance
Address: Contractor's facility; 5 mile radius of Ft McNair., Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN02875459-W 20120912/120911000505-24dbf055612cb442b160c7000c3a315d (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.