FY 2018 AFG Application Review
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional info... This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation document will not be issued. It is incumbent upon contractors to monitor the FedBizOpps web page (https://www.fbo.gov) for any/all subsequent amendments. FedBizOpps also contains an option for automatic notification services. This combined synopsis/solicitation document and the incorporated provisions and clauses it contains are those in effect through Federal Acquisition Circular (FAC) 2005-79. The NAICS code for this requirement is 721110 (Hotels (except Casino Hotels) and Motels). The size standard is $32.5 million. This is an unrestricted acquisition. The Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA) has a requirement to acquire hotel/motel guest rooms for up to a total of 60 "rooms" for participants attending the FY 2018 Assistance to Firefighters Grant (AFG) Application Review. Offeror's facilities must be within a 5 mile radius of FEMA Headquarters located 400 C. Street, Washington, DC 20472 in downtown Washington, D.C. The event dates are scheduled for April 29th - May 3rd, 2019 (Check in on Sunday, April 28th and check out on Friday, March 3rd). FEMA will consider proposals submitted by all offerors who can provide these services, however, if the offeror is not a hotel/motel or conference center as a primary line of business in the hospitality industry (Event Planning Services or 3rd Party Event Planning firms, for example), these offerors must provide a signed written letter of intent between the offeror and the hosting facility indicating such a contracting arrangement and confirm the necessary space is available as offered. Additionally, if the successful offeror selected as the primary contractor is not the actual hosting facility, the primary contractor in this case shall be required to have an employee readily available at all times during the entire time period of the event to provide for, and maintain the privity of contract relationship with the Government in managing the order. The period of performance for the meeting is April 29th - May 3rd. The location for the hotel facility must be within a 5 mile radius of FEMA Headquarters located in downtown Washington, D.C. at 400 C Street, SW, Washington, DC 20472. Preferred shuttle transportation to and from the airport, Reagan National Airport (DCA). No other locations will be considered. The GSA Federal Travel Regulations Per Diem rates are available at: http://www.gsa.gov/portal/content/104877 Information regarding the Federal Travel Regulation is available at: http://www.gsa.gov/portal/category/21222 The hotel must be in compliance with the Hotel/Motel Fire Safety Act. See the attached Statement of Work (SOW) for details. Upon receiving a list of all participants, DHS/FEMA staff will provide a list of participant names to the hotel 7 days prior to the event. Offeror will state the duration for blocking the guest rooms before releasing the unreserved rooms for sale to the general public. The quoted price shall represent the total price (fixed rates proposed for all services) for the entire period for which the lodging will be required. The hotel shall only invoice the Government for, and the Government shall only pay for those lodging costs for rooms occupied and accepted in accordance with the impending purchase order contract terms and conditions. A purchase order in the amount sufficient to cover costs quoted for services specified will be issued to the lowest priced, technically acceptable responsible offeror. Upon conclusion, final determination and payment of all pending lodging room charges payable by the Government will be processed with any remaining funds on the purchase order to be de-obligated. NOTE: This RFQ does NOT include any food or meals, therefore food should not be included in any quote. Any quote that does contain a proposal for food will be evaluated exclusive of any consideration given for food and will be rated solely upon the remaining relevant portions of the offeror's proposal. Quotes shall include per-night cost per room. Technical and/or administrative questions must be submitted in writing to Rashurn.harrison@fema.dhs.gov no later than 2:00 p.m. Eastern Standard Time, Tuesday, March 26, 2019 . Individual responses will not be given. Responses to all inquiries will be published by amendment to the solicitation and posted to FedBizOpps. Inquiries and information received after the established deadline shall not be considered for this particular acquisition. Oral communications are not acceptable in response to this notice. Only written inquiries will be accepted. E-mail inquiries must be in MS Word, Excel or PDF format. This is a combined synopsis/solicitation (70FA2019Q00000008). Quotations must be submitted electronically. All offers must contain descriptive literature to include information regarding sleeping rooms and information regarding amenities of the hotel as well as amenities within the immediate area of the venue. When responding please include the solicitation number 70FA2019Q00000008 on the subject line of your email message. All documents submitted must be in MS Word, Excel or PDF format. Total size for all proposal material cannot exceed 10MB. Any file larger than 10MB is too large to be accepted by the FEMA email system. All quotations are due no later than 2:00 p.m. EST on Friday, April 5, 2019 to the following e-mail address:rashurn.harrison@fema.dhs.gov. Receipt of quotations will be acknowledged by return email. EVALUATION FACTORS FOR AWARD: The Government intends to award a commercial purchase order resulting from this solicitation to the lowest priced, technically acceptable responsible offeror. The factors identified below will be the evaluation factors used to evaluate all offers received. Quotes must be specific in details and clearly identify all the government requirements. A. Technical - (1) Offerors shall demonstrate they have the number of lodging rooms available for the dates specified. The lodging facility must be located within 5-mile radius of FEMA Headquarters, located at 400 C Street, SW, Washington, DC 20472. The offeror must demonstrate ability to provide the requested number of guest rooms/nights as described in the SOW provided below; (2) Offerors must be actively registered with the System for Award Management (SAM) system prior to award per Federal Acquisition Regulation (FAR) 4.1102. Failure to be actively registered will result in disqualification from award consideration. Further information may be obtained at website https://www.sam.gov. (3) Offerors must be current and listed on the U.S. Fire Administration Hotel and Motel National Master List found at https://apps.usfa.fema.gov/hotel/. FEMA contracting officers may contract only with listed hotels or motels on the above list to conduct meetings, conventions, conferences, or training seminars. Offerors whose proposed facilities that are not listed will be rejected as technically unacceptable. (4) Offeror's facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). Proof of compliance shall be provided with proposal. B. Price - Offerors shall provide pricing in response to this solicitation. Pricing for guest rooms/nights shall indicate pricing per room, per night, resulting in the overall price for all rooms/room nights. Offer shall NOT include pricing for food/meals. Nightly room rates shall be stated and shall not exceed the authorized per diem rate identified for the Washington DC metropolitan area currently identified as $251.00 per night, or as applicable in the event rates would vary slightly by vendor location within the stated allowable distance parameters. The offeror's initial proposal shall contain the offeror's best quote from a price and technical standpoint. The Government intends to evaluate offers and award a purchase order without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. PROVISIONS AND CLAUSES: All referenced FAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/vffar1.htm and HSAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/VFHSARA.HTM. Of the available clauses, the following apply and are incorporated by reference: 52.212-1, Instructions to Offeror -- Commercial Items (Oct 2018). The clause 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018) applies to this acquisition and is incorporated by reference. The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2019); 52.233-3, Protest After Award (Aug 1996); 52.222-50, Combating Trafficking in Persons (Jan 2019); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sep 2016); 52.222-35, Equal Opportunity for Veterans; (Oct 2015); 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014); 52.222-37, Employment Reports on Veterans (Feb 2016); 5.225-1, Buy American Supplies (May 2014); 52.225-2, Buy American Certificate (May 2014); 52.225-3, Buy American Free Trade Agreement-Israeli Trade Act (May 2014); 52.232-18, Availability of Funds (Apr 1984); 52.232-33, Payment by Electronic Funds Transfer System for Award Management(Oct 2018). ? ATTACHMENT A STATEMENT OF WORK ASSISTANCE TO FIREFIGHTERS PROGRAM OFFICE'S CONTRACT FOR THE FY2018 APPLICATION REVIEW I. Background The Assistance to Firefighters Grant (AFG) Program Office operates under the authority of FEMA's Grant Programs Directorate within the Department of Homeland Security. In FY 2018, Congress appropriated a total of $350,000 million under the Department of Homeland Security Appropriations Act, 2018, (Public Law 115-141) to carry out the activities of the Assistance to Firefighters Grants (AFG) Program. The FY18 Assistance to Firefighter Grant final application review panel will be held from April 28th through May 3rd, 2019. This program generates thousands of applications with the program consistently receiving around 9,000 applications each year. This grant opportunity is competitive, and each application must be evaluated independently against established criteria in order to assure fair and equitable opportunity for each. This independent evaluation is conducted by a panel of subject matter specialists who are flown in for one week to review and evaluate the applications. It is important to note that the original panel was set up for the week of January 6th but was cancelled due to the Federal Shutdown. It was rescheduled for the week of February 24th but the panelists were unable to review all application - there remains over 2000 to be panelist. The AFG Program Office is asking for 60 panelists to come in and finish the review at FEMA Headquarters in Washington D.C. In order to accomplish the panel reviews, the program will need lodging for 60 participants. II. Scope of Work The government requires lodging for all attendees participating in the FY2018 Assistance to Firefighters Grant (AFG) panel reviews during the projected week of April 28th, 2019. It is the AFG program office's preference that the hotel/motel be located within a 5 mile radius of FEMA Headquarters located in downtown Washington D.C. The purpose of this document is to identify the facility characteristics that are minimally necessary to provide lodging for 60 individuals participating in the FY2018 Assistance to Firefighters Grant (AFG) panel review process. Specifically: i. lodging services located within a 5 mile radius of FEMA Headquarters located at 400 C. Street, Washington, DC 20472. ii. Transportation to-and-from the airport preferably via shuttle services; The participants will fly into DC-Reagan National Airport. iii. Free self-parking with unlimited access to enter and depart parking area is preferred; III. Tasks A. Tasks associated with the lodging of the panelists. Task A-1 LODGING. It is FEMA's desire to hold this meeting the week of April 29th 2019. For the week of the event, contractor shall provide lodging for approximately attendees. Generally, (majority of rooms needed) lodging will commence on Sunday, April 28th, 2019 with noon checkout on Friday, May 3rd, 2019. All attendees will be responsible for paying any incidental room charges such as phone, pay per view video, room service, etc. Reservations shall be made with the hotel either by the participants or the AFG support contractor within 7 days of the event. (Completion date: Ongoing throughout contract performance period ending Friday, May 3, 2019.). Task A-2 TRANSPORTATION. The contractor shall provide adequate shuttle service to transport attendees between the Washington/Reagan National Airport and the hotel. It may be necessary to enhance any existing shuttle service during the surge of the arrivals on Sunday and for departures on Friday. We anticipate the 60 participants to arrive at all hours of the day on Sunday, April 28, 2019, and departures in accordance with check out time on Friday, May 3rd, 2019. FEMA will accept third-party vouchers for shuttle service as long as the full cost of the shuttle service are covered, and the hotel arranges and coordinates the pickup/drop off for the participants. (Completion date: Date of arrival (April 28, 2019) and departure (May 3, 2019). (Offerors must indicate if transportation is provided as a complimentary service or at a reduced cost. If costs are associated with shuttle transportation service, those costs must be included in the proposal). Task A-3 PARKING. Contractor shall provide self-parking for all attendees who utilize privately owned vehicle (POV) to drive to the venue. It is preferred that attendees have free unlimited access to enter and depart the parking area during the period of performance of the contract. (Completion date: Ongoing throughout contract performance period ending May3, 2019). (Offerors must indicate if parking is provided as a complimentary service or at a reduced cost). Task A-4 DINING. It is preferred that the facility be within (5) mile radius of FEMA HQ, and in close proximity to restaurants that are a reasonable distance from the hotel site.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »