Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2018 FBO #5893
SOLICITATION NOTICE

99 -- Yellow Ribbon Reintegration Program - Anaheim, CA - Clauses & Provisions - Statement of Work (SOW) - Pricing Format

Notice Date
1/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
70Z023-18-Q-PRP00600
 
Archive Date
2/1/2018
 
Point of Contact
Christopher A. Wellons, Phone: 202-475-3237, Wendy M Stevenson, Phone: 202-475-3214
 
E-Mail Address
christopher.a.wellons@uscg.mil, wendy.stevenson@uscg.mil
(christopher.a.wellons@uscg.mil, wendy.stevenson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Pricing Format SOW Clauses & Provisions The United States Coast Guard (USCG) is issuing a combined synopsis/solicitation, reference solicitation number 70Z023-18-Q-PRP00600, for hotel lodging and food service to accommodate approximately 320 attendees for a USCG PSU 311 Yellow Ribbon Reintegration Program to be held in Anaheim, California. This is a combined synopsis/solicitation for commercial items, hotels (except Casino Hotels) and motels 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 North American Classification System Code is 721110 Hotels (except Casino Hotels) and Motels, and the small business size standard is $32.5M. This is an unrestricted requirement. The United States Coast Guard requests that only hotel and conference capable facilities respond to this requirement as responses from even planners and related enterprises will not be considered and entertained. The attached Statement of Work (SOW) provides a description of the requirements for the services to be acquired. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. 52.212-2, Evaluation-Commercial Items, applies to this solicitation and is included in the attached Terms and Conditions. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer and "fill-in" for 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006). 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders-Commercial Items, applies to this acquisition and is included in the attached Terms and Conditions, and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. OFFEROR SUBMISSION FORMAT AND INSTRUCTIONS: In responding to the subject RFQ, it is the Offeror's responsibility to provide current, relevant, compliant, and accurate information in their quote. The Coast Guard assumes no responsibility to obtain clarifications for vague, incomplete, or incorrect proposal information. The Coast Guard will not reimburse Offerors' proposed costs. Quotes shall set forth any exceptions/assumptions taken with regard to the SOW or any other aspect of the RFQ, to support the CLIN prices in the example Pricing Format in Attachment 1. Quotes shall be marked "Source Selection Sensitive." Quotes shall have technical capability and price divided into three (3) separate, independent, volumes, and organized into the following manner: (1) Volume 1- Technical Capability (Non-Price): Volume 1 shall be PDF, legible font size, and shall not exceed five (5) pages. The Technical Capability shall be separate from volume 3 "Price" and must not contain any reference to price. The Offeror shall submit a document containing the overall ability and competency to provide hotel lodging, conference space, food and beverages, A/V equipment, and parking as specified and outlined in the SOW, Attachment 2, in their technical submission. (2) Volume 2 - Responsibility Volume 2 shall include the company's address, DUNS Number, CAGE Code, and Tax ID Number; AND an entity's active SAM information, which can be found on www.sam.gov (submitted in PDF or Word). (3) Volume 3 - Price Volume 3 shall be in any format containing supporting data for the price on a Firm-Fixed Price (FFP) basis. The price shall be inclusive of hotel and lodging, conference services, food and beverage services (non-alcoholic beverages). Offerors shall provide the following in Volume 3 in order to be considered compliant: (1) A completed Pricing Spreadsheet for all CLINS. (2) Accompanied with the Pricing Spreadsheet in follow-on pages, the Offeror shall provide supporting information to support each of the CLIN prices that clearly breaks down the hotel and lodging rates, any discounts, and prices proposed for each CLIN. (3) Quotes shall set forth any exceptions/assumptions taken with regard to the SOW or any other aspect of the RFQ. Quotes shall set forth any other information that the Offeror finds necessary and pertinent to their quote. EVALUATION CRITERIA Quotes submitted in response to this Request for Quote (RFQ) will be evaluated based on the following criteria: Evaluation Criterion 1: Technical Capability and Approach The Government will evaluate the Offeror's Technical Capability and Approach to determine their ability to meet or exceed all of the requirements in the SOW. The technical evaluation for the Technical Capability and Approach criterion will be attained through a determination and analysis of using the tradeoff process (strengths, weaknesses, significant weaknesses, and deficiencies). Technical risk will be included in the final evaluation of the Technical Capability and Approach, and will not be evaluated as a separate factor. Technical risk is an overall assessment derived from the technical evaluation and is inclusive of each evaluation. In the assessment of technical risk, Government evaluators will consider all available information submitted in the quote. Evaluation Criterion 2: Price The Government will evaluate the Offeror's total overall price to determine price reasonableness. The USCG reserves the right to request Other Than Cost or Pricing Data, if deemed necessary. BASIS FOR AWARD Selection for award of a Purchase Order (PO) shall be to the responsible Offeror whose quote contains the combination of those evaluation criteria offering the best value to the Government using the tradeoff process. The best value basis for award will be based on consideration of the following evaluation criteria: (1) Technical Capability and Approach (Non-Price), and (2) Price. Offerors that do not submit all the information required, may not be considered for award. Period of Performance is from Friday, February 23rd, 2018 through Sunday February 25th, 2018. Place of Performance Address: 1. Anaheim, CA area. Please see attached RFP No. 70Z023-18-Q-PRP00600 for further information regarding this opportunity: Any questions or concerns regarding any aspect of this RFP shall be emailed to Mr. Christopher A. Wellons at Christopher.A.Wellons@uscg.mil with copy to Mrs. Wendy Stevenson at Wendy.Stevenson@uscg.mil before close of business 16:00 pm EST on Friday, 12 January 2018. Please submit quotes via email to Mr. Christopher A. Wellons at Christopher.A.Wellons@uscg.mil before close of business 12:00 pm EST on Wednesday, 17 January 2018 with copy to Mrs. Wendy Stevenson at Wendy.Stevenson@uscg.mil. When responding, please include "70Z023-18-Q-PRP00600" in the subject line of the email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/70Z023-18-Q-PRP00600/listing.html)
 
Place of Performance
Address: Anaheim, California, United States
 
Record
SN04785523-W 20180111/180109231709-96f52031d7853243c533faf444de66f9 (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.