Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2023 SAM #7873
SOLICITATION NOTICE

X -- Marriage Enrichment Retreats for Chaplains Religious Enrichment Development Operations (CREDO) HI

Notice Date
6/16/2023 3:00:50 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060423Q4063
 
Response Due
7/17/2023 7:00:00 AM
 
Archive Date
08/01/2023
 
Point of Contact
Elisha Wallace 808-473-7588
 
E-Mail Address
elisha.c.wallace.civ@us.navy.mil
(elisha.c.wallace.civ@us.navy.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Procedures for Certain Commercial Products and Commercial Services under FAR Part 13.5 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 NECO (https://www.neco.navy.mil) and SAM.gov (https://sam.gov/SAM/). The Request for Quote (RFQ) number is N0060423Q4063. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-03 and DFARS Publication Notice 20230427. 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 721110 and the Small Business Standard is $35 Million. This is a competitive, unrestricted action. The Small Business Office concurs with this acquisition strategy. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing Hotel Lodging and Hotel Conference Room Facilities in support of its Marriage Enrichment Retreats in accordance with Attachment 1 - Performance Work Statement for the Chaplains Religious Enrichment Development Operations (CREDO) HI. CLIN 0001 - QTY: 9 Events - Marriage Enrichment Retreats The Period of Performance: Events will occur between 1 September 2023 to 31 May 2024. Method of Payment: The method of payment will be via Wide Area Workflow (WAWF). Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Attachment 1 - Performance Work Statement with Appendixes Attachment 2 - FAR Provisions to be completed 52.212-3 Alt 1 Reps and Certs and 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment Attachment 3 - Wage Determination 2015-5689 (Rev.-19) dated Dec 27, 2022 Attachment 4 - Past Performance Information Questionnaire Questions regarding the solicitation: Questions shall be submitted electronically to elisha.c.wallace.civ@us.navy.mil Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060423Q4063 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but not later than 11:00 AM HST (Hawaii Standard Time) on Friday 7/7/2023. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible. This announcement will close at: 10:00 AM HST (Hawaii Standard Time) on Monday 7/17/2023. Contact Elisha Wallace who can be reached via email at: elisha.c.wallace.civ@us.navy.mil . Quotes shall be submitted electronically via email to Elisha Wallace, email elisha.c.wallace.civ@us.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. Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be made to a responsible contractor based on a combination of factors - price, technical capability, and quoters past performance. Price: Quoters shall submit a price for each item listed in this Notice. Technical: The Quoter shall submit a technical capability statement that is not to exceed 5 pages in total and at a minimum should address the ability to meet the performance requirements identified in the Performance Work Statement and take no exceptions to the PWS. The Quoters technical acceptability will be evaluated against the performance requirements in the Performance Work Statement. The technical capabilities statement will be assigned a rating of Acceptable or Unacceptable based on the information provided. Quoters will be rated Acceptable if they adequately show their ability to meet the performance requirements identified in the PWS, and take no exceptions to the PWS. Quoters will be rated Unacceptable if they do not adequately show their ability to meet the performance requirements identified in the PWS, or take exceptions to the PWS. By submission of a quote, the Quoter takes no exceptions to the Performance Work Statement unless specifically stated. Past Performance: The Quoter shall provide evidence of relevant past performance.. Relevant past performance is experience within the past five (5) years that is essentially the same as or similar to, the scope, magnitude, and complexity of the work as described in the PWS. To demonstrate past performance, the Quoter shall identify up to three (3) of its most recent, relevant contracts or efforts within the past five (5) years. For each contract, the Quoter shall have the recipient of the services complete Attachment 4 Past Performance Information Questionnaire. The Questionnaire shall include contract number, name of Agency or company, contract dates of performance, scope, magnitude, and complexity of the work, point of contact name, email and telephone number. Note: If an quoter has no record of relevant past performance, or for whom information on past performance is not available, the Quoter may not be evaluated favorably or unfavorably on past performance. Therefore, the Quoter shall be determined to have unknown (or neutral) past performance. The Government reserve right to contact the questionnaire�s respondents to verify the information provided. Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1. The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS). System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quoters are advised that delays can be experienced with the Governments email system. Additionally, the email system capacity for each email is 10 MB. Emails greater than 10 MB will not be delivered and consequently will not be considered. Therefore, quotations exceeding the size limit must be sent via multiple emails. Zip Files are not accepted. Quotes will not be accepted by facsimile. Oral quotes will not be accepted. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The following FAR provision and clauses are applicable to this procurement: 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (JUN 2020) 52.204-7 System for Award Management (OCT 2018) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (NOV 2021) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.212-1 Instructions to Offerors-Commercial Items (NOV 2021) 52.212-4 Contract Terms and Conditions-Commercial Items (NOV 2021) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2022) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (SEP 2021) 52.219-28 Post Award Small Business Program Representation (SEP 2021) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-50 Combatting Trafficking in Persons (NOV 2021) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (JUN 2020) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (OCT 2018) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-55 Minimum Wages Under Executive Order 13658 (JAN 2022) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.252-5 Authorized Deviations in Provisions (NOV 2020) 52.252-6 Authorized Deviations in Clauses (NOV 2020) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor ( 29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C.5341 or 5 332. This Statement is for Information Only: It is not a Wage Determination EMPLOYEE CLASS MONETARY WAGE FRINGE BENEFITS GS-7- Equipment, Facilities and Service Series 1601 $19.21 $6.96 GS-8- Food Service Series 1667 $21.27 $7.71 *Fringe Benefits assume a factor of 36.25percent based on OMB Circular A-76. (End of clause) Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (MAY 2021) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (SEP 2021) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2020-O0015)(MAY 2020) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation (DEVIATION 2020-O0015)(MAY 2020) 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) (FEB 2020) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006 Wide Area Workflow Payment Instructions (DEC 2018) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.232-7017 Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration (APR 2020) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013) 252.244-7000 Subcontracts for Commercial Items (JAN 2021) 252.247-7023 Transportation of Supplies by Sea-Basic (FEB 2020) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of clause) ******* End of Combined Synopsis/Solicitation ***
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/131b80414fdf407a9f6cc93e356afed3/view)
 
Record
SN06718832-F 20230618/230616230107 (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 |
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.