Coast Guard 2019 Reserve Component Leadership Conference
The United States Coast Guard (USCG) is issuing a combined synopsis/solicitation, request for quotation number 70Z02319QPRA06600, for the Coast Guard 2019 Reserve Component Leadership Conference to be... The United States Coast Guard (USCG) is issuing a combined synopsis/solicitation, request for quotation number 70Z02319QPRA06600, for the Coast Guard 2019 Reserve Component Leadership Conference to be held in Phoenix, Arizona from Monday, June 10th thru Friday, June 14th, 2019. 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. The applicable NAICS code is 721110 Hotels (except Casino Hotels) and Motels. The SBA small business size standard is $32,500,000.00. This is an unrestricted requirement. The Coast Guard requests that only hotel and conference capable facilities respond to this requirement as responses from event planners and related enterprises will not be entertained. Attachment (1) Statement of Work (SOW) provides a description of the requirements for the services to be acquired. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. 52.212-2, Evaluation - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2019), applies to this solicitation and is included in the attached Terms and Conditions. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer and the "fill-in" for 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006). Terms and conditions necessary for this acquisition and consistent with customary commercial practices are found in Attachment 2. Any questions or concerns regarding any aspect of this RFQ shall be emailed to Marvin F. Williams at Marvin.F.Williams@uscg.mil with copy to Ms. Jazmine T. Gordon at Jazmine.T.Gordon@uscg.mil before 9:00 am EST on Wednesday, 22 May 2019. Please submit quotations with a completed pricing sheet (See Attachment 3), via email to Marvin F. Williams at Marvin.F.Williams@uscg.mil before 12:00pm EST on Friday, 24 May 2019.When responding, please include "70Z02319QPRA06600" in the subject line of the email. EVALUATION FACTOR AND BASIS OF AWARD The Government intends to award a Firm Fixed Price Purchase Order without discussions to one (1) responsible Offeror whose offer is the Lowest Price Technically Acceptable (LPTA). The Offeror(s) quotes will be evaluated based on Technical Capability, Responsibility, and Price being the determining factor. The Government will assess the Offeror's ability to provide the services that meet or exceed the minimum requirements set forth in the Statement of Work (SOW). Offerors that do not submit all the information required, may not be considered for award. Offeror(s) quote shall include the following: (1) Technical Capability The Government will evaluate the Offerors ability to provide conference spaces as specified in the SOW. This document shall include written information that pertains to the offeror's technical capability. It may include a facility brochure. The proposal shall include a detailed description, map or layout of the facility's conference rooms. Additionally, the government may require a site visit to review the conference spaces prior to contract award. • For a proposal submitted by an offeror other than a hotel, the offeror must describe in its proposal the technical approach for the offeror's services as a prime contractor. Proposals submitted by an offeror other than a hotel shall provide the following: (1) Valid business insurance certificate. (2) Responsibility • Quote must include company's address, DUNS Number, CAGE CODE, and Tax ID Number. • The entity's active SAM information, which can be found on www.sam.gov (submitted in PDF or Word). • The Government will evaluate ALL prospective offerors for responsibility, determined by an active SAM record submission. (3) Price • The Offeror shall provide a price proposal on a firm-fixed price basis. The Contractor shall provide pricing as described in the chart below. • The Government will evaluate the price to determine price reasonableness by comparing proposed prices with price competition, past pricing, and/or Independent Government Estimates. BASIS FOR AWARD This award will be based on technical capability and price reasonableness. The award will be made to the lowest price and technically acceptable (LPTA) offeror. Offerors that do not submit all the information required, may or may not be considered for award. This RFQ shall not be considered direction to proceed with the subject effort, nor a promise of future direction to proceed. Offerors are solely responsible for submission costs in response to this RFQ. ATTACHMENTS: • Statement of Work (SOW) • Clauses/Provisions/Invoicing Instructions • Pricing Sheet
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »