Search Contract Opportunities

CNAF Naval Aviation Safety Summit

ID: N0018924Q0221 • Type: Synopsis Solicitation

Description

Pursuant to the authority at FAR 12.603(c)(2):

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(ii) The solicitation number for this is N0018924Q0221 and will be issued as a request for quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03.

(iv) The Government intends to negotiate a sole source a firm-fixed-price (FFP) contract for services with the Hyatt Regency Jacksonville-Riverfront. The associated NAICS code is 721110 with a small business size standard of $40.0M. This is a sole source. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency

(v) Line items are detailed as follows:

LINE ITEM: 0001

DESCRIPTION: Conference facility for Safety Summit

EXTENDED DESCRIPTION: In accordance with Performance of Work Statement (PWS)

QTY: 1

UNIT OF ISSUE: EA

(vi) This requirement is for the Naval Aviation Safety Summit in support of COMMANDER NAVAL AIR FORCES (CNAF)

(vii) The required Period of Performance (POP) is: June 4-5, 2024. The PLACE OF PERFORMANCE is: at the hotel in Jacksonville, FL.

(viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and is included in the attached "Clauses and Provisions", Attachment 1.

(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items will be used and is included as Attachment 1. The vendor's proposed price will be evaluated on the basis of price reasonableness in accordance with FAR 13.106.

(x) The provision at FAR 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items applies to this acquisition and must be completed with any quote. It is included as Attachment 1.

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is included as Attachment 1.

(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition and all the applicable FAR clauses cited with this requirement are included as Attachment 1.

(xiii) All clauses and provisions applicable to this requirement are included in the attached "Clauses and Provisions", Attachment 1. Clauses and Provisions to be signed , Attachment 2, shall be signed and returned with the vendor's quote unless referenced clauses and provisions are certified in SAM.

(xiv) The Defense Priorities and Allocations System (DPAS) rating does not apply to this acquisition.

(xv) Questions must be submitted in writing to elysia.m.allen2.civ@us.navy.mil before deadline of April 5. 2024 at 3PM EST.

All quotes are due by the date and time specified in this posting and shall be submitted via email to the POC email address stated in this posting. Quote shall be detailed enough that the government can verify technical acceptability. Pricing shall include any applicable fees and expenses to fully execute the PWS in its entirety.

(xvi) The individual to contact for information regarding this solicitation is stated in the posting.

ATTACHMENTS:

  1. Clauses and Provisions
  2. Clauses and Provisions to be signed
  3. Performance Work Statement
Background
The solicitation is a combined synopsis/solicitation for commercial items prepared in accordance with subpart 12.6. The government intends to negotiate a sole source firm-fixed-price (FFP) contract for services with the Hyatt Regency Jacksonville-Riverfront. This is a sole source, but all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.

Work Details
The requirement is for the Naval Aviation Safety Summit in support of COMMANDER NAVAL AIR FORCES (CNAF). The line item detailed is for a conference facility for the Safety Summit in accordance with the Performance of Work Statement (PWS). The vendor's proposed price will be evaluated on the basis of price reasonableness in accordance with 13.106.

Period of Performance
The required Period of Performance (POP) is June 4-5, 2024.

Place of Performance
The place of performance is at the hotel in Jacksonville, FL.

Overview

Response Deadline
April 9, 2024, 1:00 p.m. EDT Past Due
Posted
April 3, 2024, 3:32 p.m. EDT (updated: April 8, 2024, 8:33 a.m. EDT)
Set Aside
None
Place of Performance
Jacksonville, FL United States
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Fixed Price
Est. Level of Competition
Sole Source
Signs of Shaping
The solicitation is open for 5 days, below average for the NAVSUP Fleet Logistics Center Norfolk.
On 4/3/24 NAVSUP Fleet Logistics Center Norfolk issued Synopsis Solicitation N0018924Q0221 for CNAF Naval Aviation Safety Summit due 4/9/24. The opportunity was issued full & open with NAICS 721110 and PSC V231.
Primary Contact
Name
Elysia Allen   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation N0018924Q0221

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation N0018924Q0221

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N0018924Q0221

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N0018924Q0221

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP GLOBAL LOGISTICS SUPPORT > NAVSUP FLC NORFOLK > NAVSUP FLT LOG CTR NORFOLK
FPDS Organization Code
1700-N00189
Source Organization Code
500021468
Last Updated
April 24, 2024
Last Updated By
elysia.allen@navy.mil
Archive Date
April 24, 2024