SOLICITATION NOTICE
S -- Lodging for ACSS Security Sector Program - PWS
- Notice Date
- 10/22/2013
- 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
- HQ0013-14-ACSS-0001
- Archive Date
- 11/9/2013
- Point of Contact
- Woodrow W. Bell, Phone: 7036021464
- E-Mail Address
-
woodrow.bell@dsca.mil
(woodrow.bell@dsca.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS Solicitation Number: HQ0013-14-ACSS-0001 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, 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, HQ0013-14-ACSS-0001, 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 lodging, in support of the Security Sector Transformation in Central Africa Program for the Africa Center for Strategic Studies (ACSS). The event is scheduled for 6 December 2013 - 14 December 2013. The North American Classification System (NAICS) code is 72110, 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 provide lodging and services for approximately 61 individuals. Payment for only 54 of the individuals shall be covered under the resulting contract. The requirements for conference space, meals and parking passes are optional requirements that the Government can decide to exercise. The requirements are detailed in the attached Statement of Work. (vi) The Contractor shall block a maximum of 61 rooms for the conference. The Contractor will provide lodging. Conference space, meals and parking passes are optional services and items that are to be quoted by vendors but only exercised by the Government. The government will pay for 54 rooms while the remaining seven (7) rooms will be paid by the individual occupying the room. The Government shall provide a final list of attendees by 29 November 2013 to finalize actual room numbers and cost. The Contractor shall bill the Government for actual rooms utilized versus reserved. (vii)The requirement shall be Firm Fixed Price (FFP). (viii) The selected venue, described in Task 1, must be within the DC metropolitan area and located no further than 5 miles from Fort McNair and no more than.05 miles from a metro station or have shuttle service to surrounding areas. (ix) Requirements as follows: CLIN 0001 - Sleeping Rooms- 6 December 2013 through 14 December 2013. The total is 432 days. Refer to the details and chart in the statement of work. The price of breakfast shall be included in the room rate. -------Optional Tasks----------------------------------------------------- CLIN 0002 -Plenary Room 8 days or 1 each CLIN 0003 - Breakout Rooms 24 days or 3 each CLIN 0004 - Operations Center 8 days or 1 Each CLIN 0005 - Faculty Office 8 days or 1 each CLIN 0006 - Leadership Office 8 days or 1 each CLIN 0007 -Computer Training Lab 8 days or 1 each CLIN 0008 - Registration Room 3 days or 1 each CLIN 0009 - Lunches 232 Each CLIN 0010 - Coffee Breaks 522 Each CLIN 0011 - Group Dinners 58 Each CLIN 0012 - Parking Passes 30 Each for use over the period of performance. Offerors shall complete the table provided in the attached statement of work. The prices of the optional tasks will be evaluated as part of the price evaluation of the quotes. Offerors may use days or each as the unit of issue for the requested activity rooms. (x) Offerors shall provide information regarding cancellation policy. (xi) All prices MUST include all applicable fees, gratuities, and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. (xii) The Government will not execute any contract other than with the facility or venue proposed to provide accomodations. Any offer from a source other than the hotel or lodging venue itself must include written evidence that the offeror is currently authorized to submit binding proposals on behalf of the venue whose accommodations and/or facility are being offered. Offers that fail to provide such evidence shall be deemed technically unacceptable and will not be considered for award. Any offer which requires the Government to execute an agreement that renders a hotel or facility provider as a third party or for lodging/hotel accommodations that cannot be provided at offeror's facility shall be deemed technically unacceptable and will not be considered for award. (xiii) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xiv)Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xv)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 the most advantageous to the Government, price and other factors is considered. (xvi) Evaluation Factors a. The Evaluation factors are: 1. Factor 1 - Quality of Services and Amenities 2. Factor 2 - Price 3. Factor 3 - Cancellation Policies a. Subfactor 3.1. Lodging Cancellation Policy b. Subfactor 3.2. Banqueting Cancellation Policy 4. Factor 4 - Past Performance b. This acquisition will use trade-off analysis to make a best value selection decision. The selection decision will incorporate trade-off techniques and will be made based on an integrated assessment of each contractor's quote. As such, the Government may extend an offer to a contractor who has not quoted the lowest price or the highest rated technical submission. Quotes will be evaluated based on the stated evaluation factors. An offer will be extended to the responsible vendor quoting the best value to the Government, price and non-price factors considered. The evaluation factors are listed in descending order of importance. Within Factor 3, the subfactors are listed in descending order of importance. When combined, the non price factors are more important than Price. (xvii)Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. The Government will evaluate offers in response to this request in accordance with FAR Part 13.106 procedures and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and the ability to meet all of the solicitation requirements. (xviii)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xix)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition Addendum to FAR 52.212-4. (xx)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: HQ0347 PAYMENT OFFICE FISCAL STATION CODE: DFAS INDIANAPOLIS (xxi) 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). 52.203-6 ALT1, Restrictions on Subcontracting Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;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; 523222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 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; 52.232-33, 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; 52.246-4, Inspection of Services-Fixed Price; 52.252-2, Clauses Incorporated by Full Text (website provided by http://farsite.hill.af.mil). (xxii) 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 System for Award Management; 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. Applicable additional clauses under DFARS 252.212-7001 are as follows: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023,Transportation of Supplies by Sea. (xxiii)Submission of Quotes: Quotes shall be submitted by 25 October 2013 2:00 PM EST to the point of contact listed below. Offerors shall provide a quote using the pricing schedule provided in the statement of work attached to this combined synopsis/solicitation. (xxiv)Submission of Quotes: Quotes shall be forwarded to Woodrow Bell via email to: woodrow.bell@dsca.mil. Facsimile submission will not be accepted. (xxv)The point of contact (POC) for this acquisition is Woodrow Bell. Woodrow can be reached via email at woodrow.bell@dsca.mil or telephone at (703) 602-1464. (xxvi)A detailed requirement description is attached.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-14-ACSS-0001/listing.html)
- Record
- SN03220244-W 20131024/131022234116-03358bc7d47ad0861ab19e8b22889756 (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 |