North American Industry Classification Code (NAICS): is 721110 for Hotel Management Services
Size Standard: is $32.5M.
The contractor shall provide the following:
Provide a quote into sections with a breakout as follows:
(1) Blocked hotel rooms;
(2) Meeting space;
(3) Refreshments and
(4) Audio visual equipment.
NOTE: Must be registered in SAM and shall provide CAGE and DUNS number with their proposal.
Place of Performance: The 2016 meeting will be held in the Honolulu, Hawaii with approximately 40-45 attendees participating for a period of 5 days.
Hotel Overnight Accommodations: Four (4) to Five (5) Star level hotel. An average of 40 - 45 attendees will require 35 rooms for 7-8 nights from Friday 13 May to Saturday 21 May 2016 with some complimentary upgrades, complimentary internet, and government per diem rates. All hotel rooms will be paid by each Government individual.
Taiwan Requirements: The hotel must be within walking distance of restaurants as the Taiwan delegation will not have rental cars.
Meeting Space Accommodations: Will need the meeting space for five (5) days from Monday 16 May to Friday 20 May 2016 and shall accommodate up to 45 people total with 25 people seated at the U-shaped table arrangement. In addition, providing breakout room space that will accommodate 20 people. The Government will pay for the meeting space, refreshments and audio visual equipment only.
Refreshments: Continental breakfast (Hot breakfast); AM-PM Breaks; All day coffee, tea & water refreshments.
Audio Visual: Podium & Microphones; (4) table microphones; projector and screen; two (2) laptop computer, printer, wireless mouse, table with power cords and a shredder.
Business Center: 24 hour access to the business center with use of a printer.
Applicable Government Tax Exempt: Meeting Rooms Rental Fees and AV Equipment. Tax Exempt document attached.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 with the following Provisions and Clauses: The full text of the FAR and DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil.
FAR 52.204-7 System for Award Management - Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov as a part of required registration and provide CAGE and DUNS number with their proposal.
FAR 52.212-1 Instructions to Offerors Commercial Items
FAR 52.212-3 Offeror Representations and Certifications - Commercial Items
FAR 52.212-4 Contract Terms and Conditions-Commercial Items
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with applicable and appropriate clauses checked off
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions - The Offeror shall be currently registered in the Wide Area Workflow (WAWF) prior to award. The Offeror may register in WAWF at https://wawf.eb.mil.
Basis for Award: Proposals will be evaluated as Firm Fixed-Priced (FFP) Lowest Price Technically Acceptable (LPTA).
SUBMISSION OF PROPOSAL: Proposals and any applicable attachments should be submitted NLT 3:00 (1500) p.m. EST on 04 April 2016 or sooner to Paula Kestler via email at [email protected]. Do Not Sent .ZIP FILES as they will be automatically deleted by our email server.
All Questions for this requirement will only be acceptable via email [email protected] as well as to [email protected].