Anda di halaman 1dari 4

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS

OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30


2. CONTRACT NO.

3. AWARD/

1. REQUISITION NUMBER

PAGE

15150052

4. ORDER NUMBER

FOR SOLICITATION
INFORMATION CALL:

b. TELEPHONE NUMBER

Jacqueline Naranjo

(202) 692-2411

PCISSUE

CODE

Peace Corps
1111 20th Street, NW
Acquisitions & Contract Management
4th flr
Washington DC 20526
11. DELIVERY FOR FOB DESTINATION UNLESS BLOCK IS
MARKED

(No collect calls)

8. OFFER DUE DATE/LOCAL TIME

11/19/2014 1400 ET

UNRESTRICTED OR

HUBZONE SMALL
BUSINESS
SERVICE-DISABLED
VETERAN-OWNED
SMALL BUSINESS

X SET ASIDE:

8(A)

100.00

% FOR:

721110

SIZE STANDARD:

$30.0

13b. RATING
13a. THIS CONTRACT IS A
RATED ORDER UNDER
DPAS (15 CFR 700)

CODE

ISSUE DATE

11/14/2014

WOMEN-OWNED SMALL BUSINESS


(WOSB) ELIGIBLE UNDER THE WOMEN-OWNED
SMALL BUSINESS PROGRAM
NAICS:
EDWOSB

X SMALL BUSINESS

SEE SCHEDULE

WASHINGTON-DC

WASHINGTON-DC
1111 20th St NW
Washington DC 20526-0001

17a. CONTRACTOR/
OFFEROR

10. THIS ACQUISITION IS

12. DISCOUNT TERMS

15. DELIVER TO

6. SOLICITATION

PC-15-Q-004

a. NAME

9. ISSUED BY

5. SOLICITATION NUMBER

EFFECTIVE DATE

7.

OF

14. METHOD OF SOLICITATION

X RFQ

IFB

16. ADMINISTERED BY

RFP

CODE

PCOACM

Peace Corps
1111 20th Street, NW
Acquisitions & Contract Management
4th Flr
Washington DC 20526

CODE

FACILITY
CODE

18a. PAYMENT WILL BE MADE BY

CODE

TELEPHONE NO.
17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER
19.
ITEM NO.

20.
SCHEDULE OF SUPPLIES/SERVICES

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW
IS CHECKED
SEE ADDENDUM
21.
QUANTITY

22.
UNIT

23.
UNIT PRICE

24.
AMOUNT

Tax ID Number: Not Available


DUNS Number: Not Available
--This is a solicitation for commercial items in accordance with the procedures of FAR
Part 13. The Government seeks a Contractor to provide hotel/meeting facilities to
support 30 attendees at the Peace Corps Small Grants Coordinators Conference from
December 6-13, 2014 in accordance with Attachment A Statement of Work (SOW). The
Government anticipates awarding a Firm-Fixed Price (FFP) purchase order as a result
of this solicitation.
This acquisition is exclusively SET ASIDE FOR SMALL BUSINESS CONCERNS; the
(Use Reverse and/or Attach Additional Sheets as Necessary)
26. TOTAL AWARD AMOUNT (For Govt. Use Only)

25. ACCOUNTING AND APPROPRIATION DATA


X 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED.
27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED.
X 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN
1
COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER
ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL
SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED.
30a. SIGNATURE OF OFFEROR/CONTRACTOR

30b. NAME AND TITLE OF SIGNER (Type or print)

ADDENDA

ADDENDA

X ARE

ARE NOT ATTACHED.

ARE

ARE NOT ATTACHED.

29. AWARD OF CONTRACT: REF.

OFFER

DATED
. YOUR OFFER ON SOLICITATION (BLOCK 5),
INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH
HEREIN, IS ACCEPTED AS TO ITEMS:
31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)

30c. DATE SIGNED

31b. NAME OF CONTRACTING OFFICER (Type or print)

31c. DATE SIGNED

Jacqueline H. Naranjo
AUTHORIZED FOR LOCAL REPRODUCTION
PREVIOUS EDITION IS NOT USABLE

STANDARD FORM 1449 (REV. 2/2012)


Prescribed by GSA - FAR (48 CFR) 53.212

2 of
19.
ITEM NO.

20.
SCHEDULE OF SUPPLIES/SERVICES

21.
QUANTITY

22.
UNIT

23.
UNIT PRICE

4
24.
AMOUNT

applicable NAICS code is 721110 Hotels (except Casino Hotels) and Motels, which
has a small business size standard of $30.0 million. Offerors MUST be registered in
the System for Award Management (SAM) in order to be eligible for award; if an
Offeror does not register in the SAM database before submitting their offer, the
Peace Corps will proceed to award to the next otherwise successful registered
Offeror. The SAM database may be accessed at the following web address:
https://www.sam.gov/portal/SAM/#1.
Interested Offerors shall provide a response to this solicitation in two volumes:
VOLUME 1 TECHNICAL PROPOSAL (Page Limit: 6)
This volume must address the Offerors ability to meet the Peace Corps minimum
requirements as stated below. If the Offeror will require Peace Corps to sign a
standard hotel agreement, the agreement must be submitted as part of this volume and
its terms must not conflict with any of the clauses and provisions contained in the
SOW (ref: Sections 7.0 and 8.0, respectively); the supplemental agreement will be
subject to a legal review from Peace Corps Office of General Counsel (OGC). Volume
1 must not exceed six (6) pages in length, including any cover page, table of
contents, and other addendum, as applicable (any hotel agreements, if required, do
NOT count toward the page limit).
VOLUME 2 PRICE PROPOSAL (No Page Limit)
This volume must contain the following elements: (1) Offerors price proposal in the
format prescribed at Section 3.0 of the SOW (Attachment A); (2) completed Domestic
Vendor File Request Form, PC-708 (Attachment B); and (3) completed solicitation
provisions (ref: SOW Sections 8.3 and 8.4). Offerors are reminded that the Federal
Government is exempt from taxation for the performance of services under this
contract.
Continued ...
32a. QUANTITY IN COLUMN 21 HAS BEEN
RECEIVED

INSPECTED

ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED:

32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32c. DATE

32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

33. SHIP NUMBER

34. VOUCHER NUMBER

35. AMOUNT VERIFIED


CORRECT FOR

36. PAYMENT
COMPLETE

PARTIAL

37. CHECK NUMBER


PARTIAL

FINAL

FINAL

38. S/R ACCOUNT NUMBER

39. S/R VOUCHER NUMBER

40. PAID BY

41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT


41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER

42a. RECEIVED BY (Print)


41c. DATE
42b. RECEIVED AT (Location)
42c. DATE REC'D (YY/MM/DD)

42d. TOTAL CONTAINERS


STANDARD FORM 1449 (REV. 2/2012) BACK

CONTINUATION SHEET

PAGE

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PC-15-Q-004

OF

NAME OF OFFEROR OR CONTRACTOR

ITEM NO.

SUPPLIES/SERVICES

(A)

(B)

QUANTITY

(C)

UNIT

(D)

UNIT PRICE

AMOUNT

(E)

(F)

Offers must be valid for no less than 30 days after the submission deadline.
BASIS FOR AWARD & MINIMUM REQUIREMENTS:
The Government intends to award a FFP purchase order to the responsible Offeror who
submits the lowest price technically acceptable (LPTA) offer. The following minimum
requirements will be used to evaluate the technical acceptability of an offer:
The hotel or meeting center must be within one-half (0.5) miles of 1111 20th St
NW, Washington, DC 20526 (Peace Corps HQ).
The hotel or meeting center must be within five (5) city blocks of a Washington
Metro Area Transit Authority Metro Station.
The Offeror must be able to provide a (general session) meeting space with seating
to accommodate 30 attendees from December 8-11, 2014 (4 days).
25 hotel rooms are available and held from December 7-12, 2014 (5 nights) at the
local Government per diem rate.
5 of the 25 hotel rooms are available and held from December 6-13, 2014 (7 nights)
at the local Government per diem rate.
Wireless connectivity available in hotel rooms for duration of stay at no extra
cost.
Breakfast provided to attendees each day of the conference, from December 8-11,
2014 (4 days).
Two sessions of light refreshments (coffee, tea, bottled water and snacks) to be
provided in AM and PM each day of workshop (December 8-11, 2014, or 4 days).
On-site facility representative available to be the primary hotel contact
throughout the workshop (December 8-11, 2014, or 4 days).
Audio Visual (AV) equipment (screen and projector) supplied from December 8-11,
2014 (4 days)
Ad hoc AV labor available throughout conference (December 8-11, 2014)
Wireless connectivity in conference meeting space for duration of workshop
(December 8-11, 2014).
The proposed price will be evaluated to determine that it is fair and reasonable.
The Peace Corps reserves the right to evaluate only the lowest-priced offer and to
make an award to that Offeror if their offer is determined to be technically
acceptable in accordance with the requirements listed above. If the lowest-priced
offer is NOT determined to be technically acceptable, the Peace Corps will evaluate
the next lowest-priced offer in the same manner.
If two or more Offerors propose the same price and are deemed technically
acceptable, the hotel that is located the closest (in distance) to Peace Corps
Headquarters will be selected.
QUESTION DEADLINE:
Any and all questions regarding this solicitation must be submitted via email to
Jacqueline Naranjo, Contracting Officer at jnaranjo@peacecorps.gov by 2:00 PM ET on
Monday, 11/17/2014.
Continued ...

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86)


Sponsored by GSA
FAR (48 CFR) 53.110

CONTINUATION SHEET

PAGE

REFERENCE NO. OF DOCUMENT BEING CONTINUED

PC-15-Q-004

OF

NAME OF OFFEROR OR CONTRACTOR

ITEM NO.

SUPPLIES/SERVICES

(A)

(B)

QUANTITY

(C)

UNIT

(D)

UNIT PRICE

AMOUNT

(E)

(F)

OFFER SUBMISSION DEADLINE:


All responses must be received by the Contracting Officer via email
(jnaranjo@peacecorps.gov) on or before 2:00 PM ET on Wednesday, 11/19/2014.

THIS SOLICITATION IN NO WAY OBLIGATES THE GOVERNMENT TO AWARD A CONTRACT, NOR TO PAY
ANY COSTS INCURRED BY THE OFFEROR IN PREPARING AND SUBMITTING ITS PROPOSAL.

Period of Performance: 12/06/2014 to 12/13/2014

0001

This line item will fully fund the Peace Corps'


Small Grants Coordinators Workshop in accordance
with the requirements of the Statement of Work
(Attachment A).

NSN 7540-01-152-8067

OPTIONAL FORM 336 (4-86)


Sponsored by GSA
FAR (48 CFR) 53.110

Anda mungkin juga menyukai