Federal Bid

Last Updated on 28 May 2013 at 8 AM
Combined Synopsis/Solicitation
Crystal city Missouri

Lodging for NESA LAF

Solicitation ID HQ0013DNAC30071
Posted Date 06 May 2013 at 4 PM
Archive Date 28 May 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Defense Security Cooperation Agency
Agency Department Of Defense
Location Crystal city Missouri United states

(i)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.

(ii)This solicitation document, HQ0013DNAC30071, is issued as a Request for Quote (RFQ). Under this requirement, the Defense Security Cooperation Agency (DSCA) intends to award a commercial, firm fixed price contract.

(iii)This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-60, Effective July 26, 2012. It is the responsibility of the Offeror to review the web page for notice of amendments, updates or changes to the solicitation.

(iv)This solicitation is issued under FAR Part 13-Simplified Acquisition Procedures. This requirement is to provide Lodging services/sleeping rooms in support of the Near East South Asia Center for Strategic Studies (NESA), Lebanese Armed Forces visit currently scheduled from 27 May -8 June 2013. The North American Classification System (NAICS) code is 721110, business size standard is $30 million.

(v) Specifies. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation.

Delivery of service is to be performed in Crystal City/Arlington area, no more than a 4 mile radius to the Pentagon, within one quarter mile walking distance to a metro station and restaurants for the participants.

DSCA intends to purchase the services under the following Contract Line Items (CLINs):

CLIN    SERVICE              QUANTITY      UNIT       UNIT           PRICE TOTAL

0001    Sleeping Rooms      165            each

11 Double rooms & 4 Single Rooms
15 room total x 11 nights (Check in 27 May and Checkout 8 June)
25 Funded and 1 unfunded guest
Please See Performance Work Schedule for detail

THE FEDERAL GOVERNMENT IS TAX EXEMPT.

The Government will not execute any contract other than with the owner of
the facility or venue. Any offer other than from the hotel or lodging venue
itself must include written evidence that the offeror is currently
authorized to submit binding proposals on behalf of the venue whose
accommodations and/or facility are being offered. Offers that fail to
provide such evidence shall be deemed technically unacceptable and will not
be considered for award. Any offer which requires the Government to execute
an agreement with a hotel or facility provider as a third party or for
lodging/hotel accommodations that cannot be provided at offeror's facility
shall be deemed technically unacceptable and will not be considered for
award.

(vi) Clauses and Provisions. The provision at FAR 52.252-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following evaluation factors shall be used to evaluate offers:

(vii) Evaluation Factors
The Evaluation factors are Technical Capability and Price

Technical Capability: Vendor shall demonstrate capability to support the services identified in the attached Statement of Work and Schedule.

Price: The Government will evaluated Price for reasonableness in accordance with FAR 13.106-3(a) Basis for Award.

Relative importance of factors: Technical Capability is slightly more important than price. When combined the non-price criteria are more important than price. This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest price proposal.


(ix)Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition.

(x)Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the most advantageous to the Government, price and other factors considered (considering price and ability to meet the description of work).

Evaluation Factors

The Evaluation factors are Cost and Capability
Cost: The proposed price to address the requirements

Capability: The ability to meet all the solicitation requirements.
Acceptability Standard for Capability: 1) Contractor has appropriately ready rooms available with full kitchens on the required dates; 2) Contractor is able to meet requirements for breakfast.

Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors.

(xi)Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. The Government will evaluate offers in response to this request in accordance with FAR Part 13.106 procedures (lowest technically acceptable) and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and the ability to meet all of the solicitation requirements.

(xii)Provision at FAR 52.212-3, Alt1 Offeror Representations and Certifications Commercial Items, Alternate I applies. Offerors shall be registered in the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Also in accordance with the clause, all prospective Offerors must be actively registered in the Central Contractor Registration prior to award. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, apply:

52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7404(g))
52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)
52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553)
52.222-3, Convict Labor (JUN 2003)
52.222-19, Child Labor-Cooperation with authorities and Remedies (MAR 2012)
52.222-21, Prohibition of Segregated Facilities (FEB 1999)
52.222-26, Equal Opportunity (MAR 2007)
52.222-35, Equal Opportunity for Veterans (SEP 2010)(38 U.S.C. 4212)
52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010)(29 U.S.C. 793)
52.222-37, Employment Reports on Veterans (SEP 2010)(38 U.S.C. 4212)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)(E.O. 13496)
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332)
52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009)(41 U.S.C. 351, et seq.)
52.246-4, Inspection of Services - Fixed Price
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.243-7001, Pricing of Contract Modifications
252.243-7002, Request for Equitable Adjustment
252.247-7023, Transportation of Supplies by Sea

Other FAR/DFARS provisions/clauses are incorporated by reference and include DFARS 212.212-7000, Offeror Representations and Certifications-Commercial Items and DFARS 212.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The full text of the clauses or provisions may be accessed electronically at one of the following links://www.deskbook.osd.mil, http://farsite.hill.af.mil, http://www.arnet.gov/far.

Invoicing

WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/.

The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly.

(xvi)Submission Requirements:

Vendor quote shall demonstrate ability to support the services identified in the attached Statement of Work and Schedule.

Vendor shall provide a quote using the pricing schedule provided in this combined synopsis/solicitation.

Proposals shall be forwarded by 13 May 2013, 12:00 PM EST. Offerors shall provide a quote using the pricing schedule provided in the PWS of this combined synopsis/solicitation.

(xvii)Submission of Quotes: Quotes shall be forwarded to Mrs. Petra McPherson via email to: [email protected]. Facsimile submission will not be accepted.

(xviii)The point of contact (POC) for this acquisition is Mrs. Petra McPherson. She may be emailed at [email protected].

(xiv)A detailed requirement description is attached.

 

Bid Protests Not Available

Similar Past Bids

District of columbia 25 Mar 2015 at 2 PM
Washington District of columbia 14 May 2013 at 4 PM
Washington 06 May 2013 at 7 PM
Crystal city Missouri 23 Apr 2015 at 8 PM
Crystal city Missouri 23 May 2013 at 9 PM

Similar Opportunities