SOLICITATION NOTICE
X -- 2024 Minerva Meeting Facility Rentals
- Notice Date
- 3/22/2024 8:58:41 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
- ZIP Code
- 203011000
- Solicitation Number
- HQ003424R0088
- Response Due
- 3/28/2024 9:00:00 AM
- Archive Date
- 04/12/2024
- Point of Contact
- Jimmie Toloumu, Phone: 5712328259, Chris Smith, Phone: 5712896548
- E-Mail Address
-
jimmie.j.toloumu.civ@mail.mil, chrissandra.smith.civ@mail.mil
(jimmie.j.toloumu.civ@mail.mil, chrissandra.smith.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 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 on SAM.gov. The RFQ number is HQ003424R0088. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-03 and DFARS Change 02/15/2024. 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 https://www.acquisition.gov/dfars. The NAICS code is 721110 and the Small Business Standard is $40M. This is a competitive, 100% small business set-aside. The Small Business Office concurs with the set-aside decision. The Washington Headquarters Services, Acquisition Directorate (WHS/AD) requests responses from qualified sources capable of providing: CLIN 0001: A theater style conference room with 200 seats to accommodate 200 participants. Two breakout rooms with a minimum of 50�75 seats and registration area. The rooms shall be setup with head tables and chairs and an audio visual system. The venue should be within close proximity (within four blocks or 0.5 miles) to metro rail stations in Washington D.C or the immediate metropolitan area. Refer to attached RFQ HQ003424R0088 for Statement of Work (SOW) and its performance requirements. The Period of performance is April 16, 2024 through April 17, 2024. Quantity and Unit of Issue: 1 Lot Attachments: RFQ HQ003424R0088 (SF1449) Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.� The following FAR provision and clauses are applicable to this procurement:� 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-20 Predecessor of Offeror 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services-Representation 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 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services � 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Products and Commercial Services 52.212-4 Contract Terms and Conditions - Commercial Products and Commercial Services 52.212-5 Class Deviaition 2018-O0021 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Products and Commercial Services 52.219-28 Post-Award Small Business Program Rerepresentation 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim �Additional contract terms and conditions applicable to this procurement are:� 252.203-7000� Requirements Relating To Compensation of Former DoD Officials 252.203-7002��� Requirement to Inform Employees of Whistleblower Rights 252.203-7005� Representation Relating To Compensation of Former DoD Officials 252.204-7003 �� Control of Government Personnel Work Product 252.204-7008��� Compliance with Safeguarding Covered Defense Information 252.204-7012� Safeguarding Covered Defense Information and Cyber Incident Reporting 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 252.204-7019��� Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7020��� Notice SP 800-171 DoD Assessment Requirements 252.225-7012 �� Preference for Certain Domestic Commodities 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 252.244-7000� Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023��� Transportation of Supplies by Sea-Basic Instructions to Quoters: 1. Quoters shall complete the total price amount in CLIN 0001 found on page 3 of the attached RFP. 2. Quoters are reminded to complete clauses FAR 52.212-3 and its Alt I, FAR 52.204-24 and FAR 52.204-26 within the attached RFQ HQ003424R0088 (SF1449). If the quote is received without the requested completed clauses the Contracting Officer may consider quote unacceptable and the offeror non-responsive to the RFQ. 3. Quoters may include their detailed quote with their submission. The quote shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over five (5) pages in total will not be accepted (This page count does not include the SF1449). Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Questions � The cutoff date and time for questions is March 25, 2024 at 12:00pm ET. Quoters are requested to email questions to jimmie.j.toloumu.civ@mail.mil. WHS/AD assumes no responsibility for non-delivery due to problems with servers and extensions will not be granted for these matters. Response to all questions may be in the form of an email or an amendment to the RFQ and electronically distributed through all quoters. No telephone requests will be entertained. Due Date � Quoters shall electronically submit their proposals to jimmie.j.toloumu.civ@mail.mil before the due date and time for this solicitation. The due date and time for quotes is March 28, 2024 at 12:00pm ET. Email transmission to a Government address is not instantaneous and delays in transmission often occur. Quoters are responsible for ensuring timely receipt of proposals. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. 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 of Quotes: 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 based on a combination of factors - a combination of price and technically acceptable low bids. In order to be considered technically acceptable, the offeror shall provide the requirements described in the SOW. By submitting an offer, the quoter takes no exception to the SOW in its entirety. 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/. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f2b004821db94ecd9220193df7902107/view)
- Place of Performance
- Address: Alexandria, VA 22350, USA
- Zip Code: 22350
- Country: USA
- Zip Code: 22350
- Record
- SN07006419-F 20240324/240322230051 (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 |