2. The North American Industry Classification System (NAICS) code is 721110. Small business size: $32.5M. Offerors must be registered in the System Award Management (SAM) at http://www.sam.gov
in order to be considered for award.
3. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil
52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note); 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C); 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note); 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111- 117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161);
52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2));
52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793;
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011);
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332; 52.222-50 -- Combating Trafficking in Persons. (Mar 2015); 52.222-99 - Establishing a Minimum Wage for Contractors. (DEVIATION 2014-00017 June 2014))
The Government contemplates an award of a Firm Fixed Priced purchase order resulting from this solicitation.
4. Description of services:
This requirement is for 33 single occupancy sleeping rooms only, Riverhead, New York, Check-In Sunday, April 12, 2015 and Check-Out Saturday, April 25, 2015, for the participants of the United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), International Services (IS) training.
All of the following specifications must be met in order to be considered for award:
(1) 33 single occupancy sleeping rooms, equipped with telephone data ports, sprinkler system
in each sleeping room.
(2) The hotel shall be located in Riverhead, New York, within walking distance to
shopping, amenities, etc,
(3) Within Government per diem allowance for accommodations: $121 per night
(4) Hotel shall be located in safe, well lit area.
(5) Ample adjustable room lighting.
(6) Clean Bed Linen every other day.
(7) Complimentary conference room on April 12, 5:00pm - 9:00pm; and
April 24, 7:30am - 6:00pm, to accommodate 40 participants - set up in classroom style.
(8) Available complimentary shuttle service, Wi-Fi service, on-site parking
(9) On-site coin-operated laundry facilities,
(10) Dining facility on the hotel premises
(11) Vendor must able to provide all the requirements above at the same facility.
(12) In the event of inclement weather which would prevent the USDA from accessing Plum Island
for training, the hotel shall provide a complimentary conference space to accommodate 40
participants (classroom style set up.)
ACCESSIBILITY: Compliant with American with Disabilities Act (ADA) providing adequate accommodations for individuals with mobility, sight and hearing disabilities or impairments in the meeting room, rest rooms, sleeping rooms and on site restaurant.
This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered.
5. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price. All non-price factors (i.e., technical capability and past performance) are significantly more important than price. This is best value procurement. Additional consideration will be given to responses from the hotel submitting an offer.
6. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Item; Accessible through your System Award Management (SAM) registration.
7. Submit the following information in response to this RFQ:
a. Company name; address; contact name, email address and phone number; DUNS number.
b. Technical Capability Statement
c. Price Quotation
d. Past Performance
Offers shall not exceed 5 pages.
8. Offers are due April 6, 2015 at 12:00 P.M. CT.
All questions/inquiries must be submitted to the contract officer via electronic mail (e-mail) not later than 10:00 PM CDT, April 3, 2015.
Phone calls will not be accepted.
All offers and questions shall be via email submitted to Hilda Adame: [email protected]
Offerors who fail to complete and submit the all of requirements above may be considered non-responsive and not considered for award.