The RFP Database
New business relationships start here

Hotel and Conference Services for Family Strengthening Program


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 for commercial items found at 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 on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/).

The RFQ number is N00604-17-T-4005. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Publication Notice 20161222.
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 $32.5M. The proposed contract is full and open competition. The Small Business Office concurs with the dissolving of the set-aside.

The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing the requirement below in accordance with Attachment 3 b Performance Work Statement.

CLIN 0001 b Lodging in accordance with Attachment 5 b Quote Submittal Spreadsheet
CLIN 0002 b Meeting Rooms in accordance with Attachment 5 b Quote Submittal Spreadsheet
CLIN 0003 b Meals in accordance with Attachment 5 b Quote Submittal Spreadsheet
CLIN 0004 b Parking in accordance with Attachment 5 b Quote Submittal Spreadsheet
CLIN 0005 b Childcare in accordance with Attachment 5 b Quote Submittal Spreadsheet

The Period of performance is Friday, 19 May 2017 through Sunday, 21 May 2017.


A complete quote in response to this combined synopsis/solicitation must include the completion of Attachment 1 b FAR 52.209-11, Attachment 2 b FAR 52.212-3 Alt I, , and Attachment 5 b Quote Submittal Spreadsheet. Failure to submit Attachments 1 and 5 may result in your submission being deemed unresponsive.

Attachments:
Attachment 1 b 52.209-11 b Representation by Corporations Regarding Delinquent Tax Liability or
a Felony Conviction under any Federal Law
Attachment 2 b FAR 52.212-3 Alt I b Offeror Representations and Certifications b Commercial Items
Attachment 3 b Performance Work Statement
Attachment 4 b Wage Determination 96-0259 (Rev.-31)
Attachment 5 b Quote Submittal Spreadsheet

The following FAR provisions and clauses are applicable to this procurement:

52.204-7    System for Award Management (July 2013)
52.204-13    SAM Maintenance (July 2013)
52.204-16    Commercial and Government Entity Code Reporting (July 2016)
52.204-18    CAGE Maintenance (July 2016)
52.212-1    Instructions to Offerors
52.212-4    Contract Terms and Conditions-Commercial Items (May 2015)
52.212-5    Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2015)
52.204-10    Reporting Executives Compensation and First-Tier Subcontract Awards (Oct 2015)
52.209-6    Protecting the Governmentbs Interest When Subcontracting with Contractors Debarred,     Suspended, or Proposed for Debarment ( July 2013)
52.219-6    Notice of Total Small Business Set-Aside (Nov 2011)
52.219-28    Post Award Small Business Program Representation (July 2013)
52.222-3    Convict Labor (June 2003)
52.222-21    Prohibition of Segregated Facilities (April 2015)
52.222-26    Equal Opportunity (April 2015)
52.222-36    Affirmative Action for Workers w/Disabilities (July 2014)
52.222-50    Combatting Trafficking in Persons (March 2015)
52.223-18    Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)
52.225-13    Restriction on Foreign Purchases (June 2008)
52.232-33    Payment by Electronic Funds Transfer- SAM (July 2013)
52.222-41    Service Contract Labor Standards (May 2014)
52.222-42    Statement of Equivalent Ratesb& (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 5332.
This Statement is for Information Only. It is not a Wage Determination.
Employee Class: WG-1 Step 2
Monetary Wage-Fringe Benefits: $13.75-32.85%

Employee Class: WG-2 Step 2
Monetary Wage-Fringe Benefits: $15.62-32.85%


Employee Class: WG-3 Step 2
Monetary Wage-Fringe Benefits: $17.45-32.85%


Employee Class: WG-6 Step 2
Monetary Wage-Fringe Benefits: $23.00-32.85%


Employee Class: GS-4 Step 1
Monetary Wage-Fringe Benefits: $13.96-32.85%

(End of Clause)

52.222-55    Minimum Wages Under Executive Order 13658 (Dec 2014)
52.222-50    Combating Traffickin in Persons (March 2015)
52.232-39    Unenforceability of Unauthorized Obligations (June 2013)
52.232-40    Providing Accelerated Payments to Small Business Subcontractors (Dec 2013
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://farsite.hill.af.mil/vffara.htm and 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://farsite.hill.af.mil/vffara.htm and 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 (Sept 2011)
252.203-7002        Requirement to Inform Employees of Whistleblower Rights (Sept 2013)
252.203-7005        Representation relating to Compensation of Former DoD Officials (Nov 2011)
252.203-7994    Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Dev 2017-O00001) Nov 2016
252.203-7995     Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2017-O00001) Nov 2016
252.204-7003        Control of Government Personnel Work Product (April 1992)
252.204-7004 Alt A    System for Award Management (May 2013)
252.204-7008    Compliance with Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) (Oct 2015)
252.204-7011    Alternative Line Item Structure (Sept 2011)
252.204-7012    Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation 2016-O0001) (Oct 2015)
252.204-7015    Disclosure of Information to Litigation Support Contractors (Feb 2014)
252.225-7048    Export-Controlled Items (June 2013)
252.232-7003    Electronic Submission of Payment Requests (Mar 2008)
252.232-7006    Wide Area Workflow Payment Instructions (May 2013)
252.232-7010    Levies on Contract Payments
252.237-7010    Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010)
252.244-7000    Subcontracts for Commercial Items (June 2013)
252.247-7023    Transportation of Supplies by Sea (April 2014)


This announcement will close at 1100 HST on Wednesday 29 March 2017.
Contact Erin Chapman who can be reached at 808-473-7505 or email erin.r.chapman1@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.

Questions regarding this procurement must be submitted by 1400 HST on Tuesday 28 March 2017. This will allow sufficient time to obtain answers and respond before the closing date. Questions received after this deadline will not be considered.

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/.

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 the lowest priced technically
acceptable offer and a determination of responsibility. The Contracting Officer will rank offerors from lowest to
highest price, and review the technical quotes of the three lowest priced offers, if those offers are rated technically acceptable, then award will be made without further evaluating the technical quotes of other offers. The award will be made to the lowest priced technically acceptable offer. The contract will result in an award of a Firm-Fixed Priced Service Type contract.

All quotes shall include price(s), completed Attachment 1 b FAR 52.209-11, Attachment 2 b FAR 52.212-3 Alt I, and Attachment 5 b Quote Submittal Spreadsheet, FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms.
Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

Erin Chapman 808-473-7505

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP