2024 Minerva Meeting Facility Rentals

Agency: DEPT OF DEFENSE
State: Virginia
Type of Government: Federal
FSC Category:
  • X - Lease or Rental of Facilities
NAICS Category:
  • 721110 - Hotels (except Casino Hotels) and Motels
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Mar 22, 2024
Due Date: Mar 28, 2024
Solicitation No: HQ003424R0088
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
2024 Minerva Meeting Facility Rentals
Active
Contract Opportunity
Notice ID
HQ003424R0088
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
WASHINGTON HEADQUARTERS SERVICES (WHS)
Office
WASHINGTON HEADQUARTERS SERVICES
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 22, 2024 11:58 am EDT
  • Original Date Offers Due: Mar 28, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: X1AB - LEASE/RENTAL OF CONFERENCE SPACE AND FACILITIES
  • NAICS Code:
    • 721110 - Hotels (except Casino Hotels) and Motels
  • Place of Performance:
    Alexandria , VA 22350
    USA
Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on SAM.gov.



The RFQ number is HQ003424R0088. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-03 and DFARS Change 02/15/2024. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and https://www.acquisition.gov/dfars. The NAICS code is 721110 and the Small Business Standard is $40M. This is a competitive, 100% small business set-aside. The Small Business Office concurs with the set-aside decision.



The Washington Headquarters Services, Acquisition Directorate (WHS/AD) requests responses from qualified sources capable of providing:



CLIN 0001: A theater style conference room with 200 seats to accommodate 200 participants. Two breakout rooms with a minimum of 50–75 seats and registration area. The rooms shall be setup with head tables and chairs and an audio visual system. The venue should be within close proximity (within four blocks or 0.5 miles) to metro rail stations in Washington D.C or the immediate metropolitan area. Refer to attached RFQ HQ003424R0088 for Statement of Work (SOW) and its performance requirements. The Period of performance is April 16, 2024 through April 17, 2024.



Quantity and Unit of Issue: 1 Lot



Attachments:




  1. RFQ HQ003424R0088 (SF1449)



Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.



The following FAR provision and clauses are applicable to this procurement:



52.204-7 System for Award Management



52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards



52.204-13 System for Award Management Maintenance



52.204-16 Commercial and Government Entity Code Reporting



52.204-17 Ownership or Control of Offeror



52.204-18 Commercial and Government Entity Code Maintenance



52.204-20 Predecessor of Offeror



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment



52.204-26 Covered Telecommunications Equipment or Services-Representation



52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations



52.212-1 Instructions to Offerors - Commercial Products and Commercial Services



52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Products and Commercial Services



52.212-4 Contract Terms and Conditions - Commercial Products and Commercial Services



52.212-5 Class Deviaition 2018-O0021 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services



52.219-28 Post-Award Small Business Program Rerepresentation



52.219-6 Notice of Total Small Business Set-Aside



52.222-3 Convict Labor



52.222-21 Prohibition of Segregated Facilities



52.222-22 Previous Contracts and Compliance Reports



52.222-25 Affirmative Action Compliance



52.222-26 Equal Opportunity



52.222-50 Combating Trafficking in Persons



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving



52.232-33 Payment by Electronic Funds Transfer-System for Award Management



52.232-39 Unenforceability of Unauthorized Obligations



52.232-40 Providing Accelerated Payments to Small Business Subcontractors



52.233-3 Protest after Award



52.233-4 Applicable Law for Breach of Contract Claim



Additional contract terms and conditions applicable to this procurement are:



252.203-7000 Requirements Relating To Compensation of Former DoD Officials



252.203-7002 Requirement to Inform Employees of Whistleblower Rights



252.203-7005 Representation Relating To Compensation of Former DoD Officials



252.204-7003 Control of Government Personnel Work Product



252.204-7008 Compliance with Safeguarding Covered Defense Information



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support



252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements



252.204-7020 Notice SP 800-171 DoD Assessment Requirements



252.225-7012 Preference for Certain Domestic Commodities



252.232-7003 Electronic Submission of Payment Requests And Receiving Reports



252.232-7006 Wide Area WorkFlow Payment Instructions



252.232-7010 Levies On Contract Payments



252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts)



252.247-7023 Transportation of Supplies by Sea-Basic



Instructions to Quoters:



1. Quoters shall complete the total price amount in CLIN 0001 found on page 3 of the attached RFP.



2. Quoters are reminded to complete clauses FAR 52.212-3 and its Alt I, FAR 52.204-24 and FAR 52.204-26 within the attached RFQ HQ003424R0088 (SF1449). If the quote is received without the requested completed clauses the Contracting Officer may consider quote unacceptable and the offeror non-responsive to the RFQ.



3. Quoters may include their detailed quote with their submission. The quote shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over five (5) pages in total will not be accepted (This page count does not include the SF1449). Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.



Questions – The cutoff date and time for questions is March 25, 2024 at 12:00pm ET. Quoters are requested to email questions to jimmie.j.toloumu.civ@mail.mil. WHS/AD assumes no responsibility for non-delivery due to problems with servers and extensions will not be granted for these matters. Response to all questions may be in the form of an email or an amendment to the RFQ and electronically distributed through all quoters. No telephone requests will be entertained.



Due Date – Quoters shall electronically submit their proposals to jimmie.j.toloumu.civ@mail.mil before the due date and time for this solicitation. The due date and time for quotes is March 28, 2024 at 12:00pm ET. Email transmission to a Government address is not instantaneous and delays in transmission often occur. Quoters are responsible for ensuring timely receipt of proposals.



A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.



Evaluation of Quotes: Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable low bids. In order to be considered technically acceptable, the offeror shall provide the requirements described in the SOW. By submitting an offer, the quoter takes no exception to the SOW in its entirety.



System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.



******* End of Combined Synopsis/Solicitation ********






Attachments/Links
Contact Information
Contracting Office Address
  • ACQUISITION DIRECTORATE RPN STE 12063 1155 DEFENSE PENTAGON
  • WASHINGTON , DC 203011000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 22, 2024 11:58 am EDTCombined Synopsis/Solicitation (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Views: Current Version ( 28 ) All Versions ( 28 ) Details QQ-63909

State Government of Virginia

Bid Due: 5/03/2024

Follow Lease of Office Space within Region 03. Request for Lease Proposals (RLP)

GENERAL SERVICES ADMINISTRATION

Bid Due: 5/07/2024

RFP Number Title Starting Closing Status 2024-IFB-3050624 NIFI-The Square (UPC 113188 Crozet) NEW!

Albemarle County

Bid Due: 5/06/2024

Views: Current Version ( 14 ) All Versions ( 14 ) Details IFB-64158

State Government of Virginia

Bid Due: 5/06/2024