The RFP Database
New business relationships start here

Conference Space and Meals- SLC


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

FAR clause 52.23-18 Availability of Funds applies

This is a combined synopsis/solicitation for commercial items 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 solicitation number assigned to this action is W912L5-18-T-0001. This acquisition is utilizing procedures in FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the USPFO, New Castle, DE 19720. The applicable North American Industry Classification System (NAICS) code is 721110, Hotels (except Casino Hotels) and Motels with a size standard of $30.0 million, SIC code 7011 Hotels and Motels. Brand name or equal is applicable. Destination pricing required. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005-95 and DPN 20161222. POC SGT Jacob Lindell, 302-326-7465. Award will be made based on overall best value to the government.


The selected vendor shall provide all materials, labor, transportation, installation and technical expertise necessary to complete this award. An offer which requires the Government to execute a separate agreement with a third party shall be deemed technically unacceptable. The Government intends to place a Single, Firm-Fixed Price order without discussions. Therefore, Offerors should submit their best offer up front. Do not assume you will be able to revise your offer.


Items Required:
Line                                      Description                                  Quan. Unit
01                                  Space, Conference                                01    Job
02                                          Meals                                           01    Job

LINE ITEM SPECIFICS:
01.) Must be able to seat no less than 475+ personel. Period of performance 6JAN2018. See statement of work for required details.
02.) Meals- To feed no more than 475 personel.


Vendor must submit quotes through www.fbo.gov website no later than 1100am EST, on 18OCT2017. Any quote not received by the required deadline will be dismissed and not considered for award. Vendor must submit quotes. Any questions or concerns can be followed through with SGT Jacob Lindell, (302) 326-7465.


SUBMISSION GUIDELINES:


Submitted quote must include the following: (1) the solicitation number; (2) the name, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) Acknowledgement of any solicitation amendments; (5) vendors proposal should include details of services to be provided for each requirement identified with pricing. Proposal should be submitted under company letterhead, with DUNS number, Company Name, Address and POC included. If quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. Prior to award, the vendor must be currently registered in the System for Award Management (SAM) at https://www.sam.gov. The Government reserves the right to award on a multiple award or an all or none basis. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of current registration in the SAM database will make an offeror ineligible for award.


The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and Far DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil.


The following provisions are included by reference for the purposes of this combined synopsis/solicitation:
52.204-16 Commercial and Government Entity Code Reporting;
52.204-22 Alternative Line Item Proposal;
52.211-6 Brand Name or Equal;
52.212-1 Instructions to Offerors -Commercial Items;
252.203-7005 Representation Relating to Compensation of Former DoD Officials;
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls;
252.204-7011 Alternative Line Item Structure;
252.225-7031 Secondary Arab Boycott of Israel;


The following provisions are included by full text for the purposes of this combined synopsis/solicitation:
52.212-2 Evaluation- Commercial Items
Evaluation -- Commercial Items (Oct 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Technical Capability of Items
Price
Past Performance
Technical and past performance, when combined, are IMPORTANT
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)


52.212-3 Alt 1 Offerors Representations and Certifications- Commercial Items;
Alternate I (Oct 2014). As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic provision:
(11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.)
[The offeror shall check the category in which its ownership falls]:
____ Black American.
___ Hispanic American.
___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).
___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru).
___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal).
___ Individual/concern, other than one of the preceding.
(End Provision)


The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements;
52.204-18 Commercial and Government Entity Code Maintenance;
52.204-21 Basic Safeguarding of Covered Contractor Information Systems;
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations;
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 (Dev,);
52.219-4 Notice of Price Evaluation Preference for HUBZone 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;
52.222-41 Service Contract Labor Standards;
52.222-42 Statement of Equivalent Rates for Federal Hires;
52.222-50 Combating 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 Policy to Ban Text Messaging While Driving;
52.225-13 Restrictions on Certain Foreign Purchases;
52.232-18 Availability of Funds;
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration
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
52.252-2 Clauses Incorporated by Reference;
52.252-6 Authorized Deviations in Clauses;
252.203-7000 Requirements relating to Compensation of Former DoD Officials;
252.203-7002 Requirement to Inform Employees of Whistleblower Rights;
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting;
252.204-7015 Disclosure of Information to Litigation Support Contractors;
252.211-7003 Item Unique Identification and Valuation;
252.225-7048 Export-Controlled Items;
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;
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel;
252.244-7000 Subcontracts for Commercial Items;
252.247-7023 Transportation of Supplies by Sea;


Jacob R. Lindell, Phone 3023267465, Email jacob.r.lindell.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP