SOLICITATION NOTICE
X -- Lease and Use of Venue and Food Catering
- Notice Date
- 7/28/2020 2:38:21 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060420Q4050
- Response Due
- 8/3/2020 12:00:00 AM
- Archive Date
- 08/18/2020
- Point of Contact
- Ryan Kanda 808-473-7582
- E-Mail Address
-
ryan.kanda@navy.mil
(ryan.kanda@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Part 13 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 to beta.SAM (https://beta.sam.gov/) and NECO (https://www.neco.navy.mil/). The RFQ number is N0060420Q4050. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-07 and DFARS Publication Notice 20200605. 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: https://www.acquisition.gov/far/, and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 722320 and the Small Business Standard is $8 million. This is a competitive, small business set-aside; the Small Business Office concurs with this acquisition strategy. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing for the lease and use of venue and food catering on Oahu, Hawaii in accordance with Attachment 1 � Performance Work Statement in support of the Chaplains� Religious Enrichment Development Operations (CREDO) Hawaii Program. See attached Performance Work Statement for requirements and Schedule of Events. CLIN 0001 - QTY: 16; Unit of Issue: Each; Lease/Use of Venue and Food Catering The Period of Performance: 01 September 2020 � 31 August 2021 Responsibility for Inspection: unless otherwise specified in the order, the contractor is responsible for the performance of all inspection requirements and quality control. See Attachments: 1. Performance Work Statement 2. FAR 52.212-3 Alt I 3. Wage Determination 2015-5689 (Rev. 11) dated 12/23/2019 The following FAR and DFARS provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.212-1 (Dev) Instructions to Offerors�Commercial Items 52.212-3, Alt I Offeror Representations and Certifications�Commercial Items and Alternate I 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 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combatting Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.219-6 Dev. Notice of Total Small Business Set-Aside (Deviation 2020-O0008) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.232-7017 Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea�Basic System for Award Management (SAM). Quoters must be registered and active in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/. REQUIRED SUBMISSIONS: 1. Company Quote. All quotes shall include a price for each item listed in this Notice, a Point of Contact (name and phone number), CAGE code, DUNS, business size, and payment terms. Quotes shall not exceed five (5) pages in total. Facsimile quotes will not be accepted. Each response must clearly indicate the capability of the Quoter to meet all specifications and requirements of the performance work statement. 2. Completed FAR 52.212-3 Alt I (or statement affirming no changes to Reps and Certs available at the System for Award Management, www.sam.gov.). Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be based on a determination of Responsibility and the Lowest Price Technically Acceptable (LPTA) quote. Responsibility: Responsibility shall be determined by the Contracting Officer in accordance with FAR 9.1; the Government may utilize database repositories to determine that a contractor is responsible. Price: Quoters shall submit a price for each item listed in this Notice. In determining whether a price is fair and reasonable, the Contracting Officer may use historical data, independent Government estimates, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b). Technical: Technical Acceptability shall be evaluated against the requirements in the Performance Work Statement. The Quoter must clearly state that it takes no exception to the Performance Work Statement requirements. Questions regarding the solicitation shall be submitted electronically to ryan.kanda@navy.mil. Reference RFQ N0060420Q4050. Questions shall be submitted no later than 7/31/2020 at 2:00 PM Hawaii Standard Time (HST). This announcement shall close on 8/3/2020 at 2:00 PM Hawaii Standard Time (HST). Quotes shall be submitted electronically to ryan.kanda@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. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/55843c11b1a840dc97b8e3cba42824ec/view)
- Record
- SN05736044-F 20200730/200728230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |