The RFP Database
New business relationships start here

2018 CHIEFS OF DEFENSE CONFERENCE SERVICES


Hawaii, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items, 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 both the Federal Business Opportunities (FBO) and the Navy Electronic Commerce Online (NECO) (https://www.neco.navy.mil/) Websites. Changes to the solicitation are valid only through the official issuance of amendments.

The Request for Quote (RFQ) number is N0060418Q4014.
This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-96 and DFARS Publication Notice 20171228. 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 $32.5 (millions of dollars).

This is a competitive, unrestricted action. The Small Business Office concurs with this action.

NAVSUP Fleet Logistics Center, Pearl Harbor requests responses from qualified sources capable of providing the following services in accordance with the Performance Work Statement (Attachment 1), and Wage Determination 96-0259 (Rev.-35) dated 12/26/2017 (Attachment 2).
A Quote Submittal Spreadsheet (Attachment 3) shall be used to provide the costs per contract line item (CLIN).

CLIN 0001 MEETING ROOMS (to include all costs associated with rooms)
CLIN 0002 OTHER SERVICES
CLIN 0003 BILLETING
CLIN 0004 TELECOMMUNICATIONS SERVICES (*NTE $1,000.00)
CLIN 0005 ADMINISTRATIVE SUPPLIES AND LINEN SERVICES (*NTE $5,000.00)

Offerors shall not provide a quote for CLINS 0004 and 0005 as the government has provided NTE costs for each CLIN.

Additionally, the offeror shall complete both FAR 52.212-3 Alt I and FAR 52.209-11 (Attachment 4) and include with their quote submission.

List of Attachments:     Attachment 1: Performance Work Statement (PWS)
    Attachment 2: Wage Determination 96-0259 (Rev.-35) dated 12/26/2017
Attachment 3: Quote Submittal Spreadsheet
Attachment 4: FAR 52.212-3 Alt I, and FAR 52.209-11

The period of performance is 7 b 15 September 2018.
Actual conference dates are 10 b 12 September 2018.

The location is Honolulu, Hawaii.

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:

52.203-3    Gratuities
52.203-18    Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation
52.203-19    Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements
52.204-7    System for Award Management
52.204-13    SAM Maintenance
52.204-16    Commercial and Government Entity Code Reporting
52.204-18    CAGE Maintenance
52.209-11    Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-1    Instructions to Offerors
52.212-3 Alt I    Offeror Reps and Certs
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
52.203-6 Alt I    Restrictions on Subcontractor Sales to the Govt)
52.204-10    Reporting Executive Compensation and First-Tier Subcontract Awards)
52.209-6    Protecting the Governmentbs Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-4    Notice of Price Evaluation Preference for HUB Zone SB Concerns
52.219-8    Utilization of Small Business Concerns
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
52.222-35    Equal Opportunity for Veterans
52.222-36    Equal Opportunity for workers w/ Disabilities
52.222-37    Employment Reports on Disabled Veterans
52.222-40    Notification of Employee Rights Under the National Labor Relations Act
52.222-50    Combating Trafficking in Persons
52.223-18    Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-13    Restriction on Foreign Purchases (June 2008)
52.232-33    Payment by Electronic Funds Transfer b SAM
52.222-41    Service Contract Labor Standards
52.222-42    Statement of Equivalent Rates:

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 5332.

This Statement is for Information Only:
It is not a Wage Determination

Employee Class            Monetary / Wage b Fringe Benefits
07130 Food Service Worker $12.27 / WG-2 step 2 36.25%
07260 Waiter/Waitress $13.51 / WG-3 step 2 36.25%

(End of Clause)

52.222-44    Fair Labor Standards Act-Price Adjustment
52.222-55    Minimum Wages Under Executive Order 13658
52.222-62    Paid Sick Leave Under Executive Order 13706
52.232-39    Unenforceability of Unauthorized Obligations
52.232-40    Providing Accelerated Payments to Small Businesses
52.233-2    Service of Protest
52.233-3    Protest After Award
52.252-1    Solicitation Provisions Incorporated by Reference:

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):
http://www.acquisition.gov/far/
http://farsite.hill.af.mil/vfdfara.htm

(End of Provision)

52.252-2    Clauses Incorporated by Reference:

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):
http://www.acquisition.gov/far/
http://farsite.hill.af.mil/vfdfara.htm

(End of Clause)

Additional contract terms and conditions applicable to this procurement are:

252.203-7000     Requirements Relating To Compensation of Former DoD Officials
252.203-7002        Requirements 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
252.204-7004 Alt A    System for Award Management
252.204-7008        Compliance with Safeguarding Covered Defense Information Controls
252.204-7011     Alternative Line Item Structure
252.204-7012     Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015     Notice of Authorized Disclosure of Information for Litigation Support
252.209-7004        Subcontracting w/Firmsb&Terrorist Country
252.215-7008        Only One Offer
252.222-7007        Representation Regarding Combating Trafficking in Persons
252.225-7012        Preference for Certain Commodities
252.225-7048        Export-Controlled Items
252.232-7003     Electronic Submission of Payment Requests
252.232-7006        Wide Area Workflow Payment Instructions
252.232-7010     Levies On Contract Payments
252.237-7010        Prohibition on Interrogation of Detainees by Contractor Personnel
252.243-7002        Requests for Equitable Adjustment
252.244-7000     Subcontracts for Commercial Items
252.247-7023        Transportation of Supplies by Sea

This announcement will close at 11:00 AM Hawaii Standard Time (HST) on 24 February 2018.
Questions regarding this RFQ are due no later than 11:00 AM HST on 30 January 2018. Contact Mr. Robert Dunn who can be reached at email Robert.dunn@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.

Procedures in FAR 13.106 are applicable to this procurement. Award will be made to the lowest priced technically acceptable quotation. An offerors quote will be evaluated as technically acceptable by providing a complete quote utilizing Attachment 3 and by providing the FAR provisions under Attachment 4. Additionally, the offeror must meet all requirements and take no exceptions to the PWS to be evaluated as technically acceptable.


The Contracting Officer will rank quotes from lowest to highest price, and review the technical quotes of the three lowest priced quotes, if those quotes are rated technically acceptable, then award will be made to the lowest priced technically acceptable quote without further evaluating the technical acceptability of the other quoters. Performance Information Retrieval System (PPIRS) will be utilized as a source for past performance information.

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, e-mail and phone number, GSA contract number if applicable, business size, and payment terms.
Each response must clearly indicate the capability of the quoter to meet all specifications and requirements in the PWS.

******* End of Combined Synopsis/Solicitation ********

Robert Dunn 808-473-7964

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP