(No Collect Calls) ROSALBA MATEUS (11571) 275 2552 10:00 ... › wp-content › uploads › sites...

26
SEE ADDENDUM (No Collect Calls) W913FT18Q0039 26-Apr-2018 b. TELEPHONE NUMBER (11571) 275 2552 8. OFFER DUE DATE/LOCAL TIME 10:00 AM 04 May 2018 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE STANDARD FORM 1449 (REV. 2/2012) Prescribed by GSA FAR (48 CFR) 53.212 (TYPE OR PRINT) (SIGNATURE OF CONTRACTING OFFICER) ADDENDA ARE 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 23. CODE 10. THIS ACQUISITION IS SUCH ADDRESS IN OFFER 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT BELOW IS CHECKED TELEPHONE NO. W913FT 9. ISSUED BY 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK 7. FOR SOLICITATION INFORMATION CALL: a. NAME ROSALBA MATEUS 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER (TYPE OR PRINT) 30b. NAME AND TITLE OF SIGNER 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a.UNITED STATES OF AMERICA 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED. 25. ACCOUNTING AND APPROPRIATION DATA 1. REQUISITION NUMBER 20. ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED. PAGE 1 OF 26 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS ARE NOT ATTACHED 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 2 (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: . YOUR OFFER ON SOLICITATION 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN % FOR: SET ASIDE: UNRESTRICTED OR X SMALL BUSINESS 17a.CONTRACTOR/ CODE FACILITY OFFEROR CODE REGIONAL CONTRACTING OFFICE (RCO) BOGOTA U.S. EMBASSY-BOGOTA USMILGRP UNIT 5130 AP0 AA 34038-5130 18a. PAYMENT WILL BE MADE BY CODE RATED ORDER UNDER DPAS (15 CFR 700) 13a. THIS CONTRACT IS A 13b. RATING CODE 15. DELIVER TO CODE W9094C 16. ADMINISTERED BY 12. DISCOUNT TERMS 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 14. METHOD OF SOLICITATION RFQ IFB RFP X J5 - BOGOTA-COLOMBIA ALAN MANZO CARRERA 54 # 26-25 CAN BOGOTA TEL: 312-282-8301 FAX: FAX: TEL: SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS 8(A) HUBZONE SMALL BUSINESS SIZE STANDARD: $32,500,000 NAICS: 721110 X OFFER DATED 29. AWARD OF CONTRACT: REF. DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND EMAIL: TEL: 31c. DATE SIGNED SEE SCHEDULE SCHEDULE OF SUPPLIES/ SERVICES ITEM NO. QUANTITY UNIT UNIT PRICE AMOUNT 24. 22. 21. 19. WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB

Transcript of (No Collect Calls) ROSALBA MATEUS (11571) 275 2552 10:00 ... › wp-content › uploads › sites...

  • SEE ADDENDUM

    (No Collect Calls) W913FT18Q0039 26-Apr-2018 b. TELEPHONE NUMBER (11571) 275 2552

    8. OFFER DUE DATE/LOCAL TIME 10:00 AM 04 May 2018

    5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE

    AUTHORIZED FOR LOCAL REPRODUCTION

    PREVIOUS EDITION IS NOT USABLE STANDARD FORM 1449 (REV. 2/2012) Prescribed by GSA – FAR (48 CFR) 53.212

    (TYPE OR PRINT)

    (SIGNATURE OF CONTRACTING OFFICER)

    ADDENDA ARE

    26. TOTAL AWARD AMOUNT (For Govt. Use Only)

    23.

    CODE 10. THIS ACQUISITION IS

    SUCH ADDRESS IN OFFER 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT

    BELOW IS CHECKED

    TELEPHONE NO.

    W913FT 9. ISSUED BY

    18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK

    7. FOR SOLICITATION INFORMATION CALL:

    a. NAME ROSALBA MATEUS

    2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER

    (TYPE OR PRINT)

    30b. NAME AND TITLE OF SIGNER 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER

    30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a.UNITED STATES OF AMERICA

    0 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED.

    25. ACCOUNTING AND APPROPRIATION DATA

    1. REQUISITION NUMBER

    20.

    ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED.

    PAGE 1 OF 26 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30

    SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS

    ARE NOT ATTACHED

    27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED

    2

    (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:

    . YOUR OFFER ON SOLICITATION 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN

    % FOR: SET ASIDE: UNRESTRICTED OR X

    SMALL BUSINESS

    17a.CONTRACTOR/ CODE FACILITY OFFEROR CODE

    REGIONAL CONTRACTING OFFICE (RCO) BOGOTA U.S. EMBASSY-BOGOTA USMILGRP UNIT 5130 AP0 AA 34038-5130

    18a. PAYMENT WILL BE MADE BY CODE

    RATED ORDER UNDER DPAS (15 CFR 700)

    13a. THIS CONTRACT IS A 13b. RATING

    CODE 15. DELIVER TO CODE W9094C 16. ADMINISTERED BY

    12. DISCOUNT TERMS 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED

    SEE SCHEDULE 14. METHOD OF SOLICITATION

    RFQ IFB RFP X

    J5 - BOGOTA-COLOMBIA ALAN MANZO CARRERA 54 # 26-25 CAN BOGOTA TEL: 312-282-8301 FAX:

    FAX: TEL: SERVICE-DISABLED

    VETERAN-OWNED SMALL BUSINESS

    8(A)

    HUBZONE SMALL BUSINESS

    SIZE STANDARD: $32,500,000

    NAICS: 721110

    X OFFER DATED 29. AWARD OF CONTRACT: REF.

    DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND

    EMAIL: TEL:

    31c. DATE SIGNED

    SEE SCHEDULE

    SCHEDULE OF SUPPLIES/ SERVICES ITEM NO. QUANTITY UNIT UNIT PRICE AMOUNT 24. 22. 21. 19.

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

    EDWOSB

  • 32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

    SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS (CONTINUED)

    PAGE 2 OF 26

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

    32a. QUANTITY IN COLUMN 21 HAS BEEN RECEIVED INSPECTED

    32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

    32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

    32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

    37. CHECK NUMBER

    FINAL PARTIAL COMPLETE

    36. PAYMENT 35. AMOUNT VERIFIED CORRECT FOR

    34. VOUCHER NUMBER

    FINAL

    33. SHIP NUMBER

    PARTIAL 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 41c. DATE

    42a. RECEIVED BY (Print)

    42b. RECEIVED AT (Location)

    42c. DATE REC'D (YY/MM/DD) 42d. TOTAL CONTAINERS

    STANDARD FORM 1449 (REV. 2/2012) BACK Prescribed by GSA – FAR (48 CFR) 53.212

    AUTHORIZED FOR LOCAL REPRODUCTION

    PREVIOUS EDITION IS NOT USABLE

    SEE SCHEDULE

    20. SCHEDULE OF SUPPLIES/ SERVICES

    21. QUANTITY UNIT

    22. 23. UNIT PRICE

    24. AMOUNT

    19. ITEM NO.

  • W913FT18Q0039

    Page 3 of 26

    Section SF 1449 - CONTINUATION SHEET

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 377 Nights Lodging

    FFP Lodging from 6 to 15 June 2018 as stated in Table 3.1 IAW Statment of work. FOB: Destination PSC CD: V231

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 9 Days Administaration Room

    FFP Administration Room for twenty (20) people from 7 to 15 June 2018 IAW Statment of work. FOB: Destination PSC CD: V231

    NET AMT

  • W913FT18Q0039

    Page 4 of 26

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 3 Days Main Conference Room

    FFP Conference Room for hundre twenty (120) people from 13 to 15 June 2018 IAW Statment of work. FOB: Destination PSC CD: V231

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 3 Days Three Screens

    FFP Three (3) screens from 12 to 14 June 2018 IAW Statment of work. FOB: Destination PSC CD: V231

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 3 Days Speaqker System w/ two wireless Micropho

    FFP Speaker system with two (2) wireless microphones and podium from 12 to 14 June 2018 IAW Statment of work. FOB: Destination PSC CD: V231

    NET AMT

  • W913FT18Q0039

    Page 5 of 26

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 10 Days Internet

    FFP Internet 50 MB from 6 to 15 June 2018 IAW Statment of work. FOB: Destination PSC CD: V231

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 255 Each Breakfast

    FFP Breakfast from 12 to 15 June 2018 IAW Statment of work. FOB: Destination PSC CD: V231

    NET AMT

  • W913FT18Q0039

    Page 6 of 26

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 365 Each Lunches

    FFP Lunches from 11 to 15 June 2018 IAW Statment of work. FOB: Destination PSC CD: V231

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 90 Each Beverage Station

    FFP Beverage Station Administration Room from 7 to 14 June 2018 IAW Statment of work. FOB: Destination PSC CD: V231

    NET AMT

  • W913FT18Q0039

    Page 7 of 26

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 240 Each Beverage Station

    FFP Beverage Station Conference Room from 13 to 14 June 2018 IAW Statment of work. FOB: Destination PSC CD: V231

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0011 240 Each Coffee Breaks AM

    FFP Coffee Breaks AM from 13 to 14 June 2018 IAW Statment of work. FOB: Destination PSC CD: V231

    NET AMT

  • W913FT18Q0039

    Page 8 of 26

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0012 240 Each Coffee Breaks PM

    FFP Coffee Breaks PM from 13 to 14 June 2018 IAW Statment of work. FOB: Destination PSC CD: V231

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0013 235 Each Dinners

    FFP Dinners from 12 to 14 June 2018 IAW Statment of work. FOB: Destination PSC CD: V231

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0014 5 Days Parking Spaces

    FFP Eight (8) Parking spaces from 10 to 14 June 2018 IAW Statment of work. FOB: Destination PSC CD: V231

    NET AMT

  • W913FT18Q0039

    Page 9 of 26

    INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 0010 Destination Government Destination Government 0011 Destination Government Destination Government 0012 Destination Government Destination Government 0013 Destination Government Destination Government 0014 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC /

    CAGE 0001 POP 02-JUN-2018 TO

    15-JUN-2018 N/A J5 - BOGOTA-COLOMBIA

    ALAN MANZO CARRERA 54 # 26-25 CAN BOGOTA 312-282-8301 FOB: Destination

    W9094C

    0002 POP 09-JUN-2018 TO

    15-JUN-2018 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination W9094C

    0003 POP 13-JUN-2018 TO

    15-JUN-2018 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination W9094C

    0004 POP 12-JUN-2018 TO

    14-JUN-2018 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination W9094C

    0005 POP 12-JUN-2018 TO

    14-JUN-2018 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination W9094C

  • W913FT18Q0039

    Page 10 of 26

    0006 POP 06-JUN-2018 TO 15-JUN-2018

    N/A (SAME AS PREVIOUS LOCATION) FOB: Destination

    W9094C

    0007 POP 12-JUN-2018 TO

    15-JUN-2018 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination W9094C

    0008 POP 11-JUN-2018 TO

    15-JUN-2018 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination W9094C

    0009 POP 11-JUN-2018 TO

    15-JUN-2018 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination W9094C

    0010 POP 13-JUN-2018 TO

    14-JUN-2018 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination W9094C

    0011 POP 13-JUN-2018 TO

    14-JUN-2018 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination W9094C

    0012 POP 13-JUN-2018 TO

    14-JUN-2018 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination W9094C

    0013 POP 12-JUN-2018 TO

    14-JUN-2018 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination W9094C

    0014 POP 10-JUN-2018 TO

    14-JUN-2018 N/A (SAME AS PREVIOUS LOCATION)

    FOB: Destination W9094C

    CLAUSES INCORPORATED BY REFERENCE 52.203-19 Prohibition on Requiring Certain Internal Confidentiality

    Agreements or Statements JAN 2017

    52.204-7 System for Award Management OCT 2016 52.204-10 Reporting Executive Compensation and First-Tier

    Subcontract Awards OCT 2016

    52.204-13 System for Award Management Maintenance OCT 2016 52.209-6 Protecting the Government's Interest When Subcontracting

    With Contractors Debarred, Suspended, or Proposed for Debarment

    OCT 2015

    52.209-10 Prohibition on Contracting With Inverted Domestic Corporations

    NOV 2015

    52.212-1 Instructions to Offerors--Commercial Items JAN 2017 52.212-3 Alt I Offeror Representations and Certifications--Commercial

    Items (NOV 2017) Alternate I OCT 2014

    52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2018 52.222-50 Combating Trafficking in Persons MAR 2015 52.223-18 Encouraging Contractor Policies To Ban Text Messaging

    While Driving AUG 2011

    52.225-14 Inconsistency Between English Version And Translation Of Contract

    FEB 2000

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

    JUL 2013

  • W913FT18Q0039

    Page 11 of 26

    252.203-7000 Requirements Relating to Compensation of Former DoD Officials

    SEP 2011

    252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD

    Officials NOV 2011

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

    MAY 2016

    252.225-7041 Correspondence in English JUN 1997 252.225-7042 Authorization to Perform APR 2003 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)

    (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Acceptability - Offers will be rated on an "Acceptable", or "Unacceptable" basis. Technical acceptability will be determined by the quoted items meeting or exceeding all the specifications/requirements in the Performance Work Statement. If one of the specifications is not met, the offer shall be considered technically unacceptable and shall not be considered for award. Offeror shall submit a certification stating that the contractor has the capability and facilities to provide all the requirements stated in the solicitation. Offeror shall be included in the US-Embassy Bogota Regional Security Office hotel list. If the offeror is not included in this list, it will not be considered for award. The quote shall reflect vendor's address and physical location and certify that hotel is located and must provide the Food and Water Risk Assissment (FWRA) approval. NOTE: Offers will not be accepted from third party agencies. Offers will be accepted directly from Lodging Facility providers only. In accordance with the PWS requirements, the successful offeror shall provide a point of contact of sufficient authority to authorize changes. In order for this and other PWS requirements to be met, the Government must maintain privity of contract directly with lodging facility providers. Offers from third parties shall be considered non-responsive and will be excluded from consideration for award. Requirements to be met, the Government must maintain privity of contract directly with lodging facility providers. Offers from third parties shall be considered non-responsive and will be excluded from consideration for award. 2. Price - Price will not be assigned an adjectival rating; however, proposed prices evaluated as unreasonably high may be grounds for eliminating an offer from the competitive range. Price will be evaluated to determine if the offeror’s proposed price is fair, reasonable, and balanced utilizing price analysis techniques in accordance with the guidelines in FAR 15.404-1(b). The Government will award contracts to offerors whose technically acceptable proposal represents the lowest price to the Government. Unless otherwise specified, offerors shall submit prices for all CLINs. Failure to submit a price for any CLIN/sub-CLIN shall result in the offer being considered unacceptable Award will be made to the lowest priced technically offer..

  • W913FT18Q0039

    Page 12 of 26

    (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2018) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

  • W913FT18Q0039

    Page 13 of 26

    ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). ____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). ____ (10) [Reserved] ____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). ____ (ii) Alternate I (NOV 2011) of 52.219-3. ____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I (JAN 2011) of 52.219-4. ____ (13) [Reserved] ____ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ____ (ii) Alternate I (NOV 2011). ____ (iii) Alternate II (NOV 2011). ____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ____ (ii) Alternate I (Oct 1995) of 52.219-7. ____ (iii) Alternate II (Mar 2004) of 52.219-7. ____ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)). ____ (ii) Alternate I (Nov 2016) of 52.219-9. ____ (iii) Alternate II (Nov 2016) of 52.219-9. ____ (iv) Alternate III (Nov 2016) of 52.219-9. ____ (v) Alternate IV (Nov 2016) of 52.219-9. ____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). ____ (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)). ____ (20) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f).

  • W913FT18Q0039

    Page 14 of 26

    ____ (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). ____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ____(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). ____ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X___(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). ____ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). ____ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). ____ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). ____ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). ____ (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). ____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X___ (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). ____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). ____ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693). ____ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O. 13693). ____ (38) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (OCT 2015) of 52.223-13. ____ (39)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14.

  • W913FT18Q0039

    Page 15 of 26

    ____ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (41)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. _X___ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (43) 52.223-20, Aerosols (June, 2016) (E.O. 13693). ____ (44) 52.223-21, Foams (June, 2016) (E.O. 13693). ____ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). ____ (ii) Alternate I (JAN 2017) of 52.224-3. ____ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ____ (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ____ (ii) Alternate I (May 2014) of 52.225-3. ____ (iii) Alternate II (May 2014) of 52.225-3. ____ (iv) Alternate III (May 2014) of 52.225-3. ____ (48) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ____ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ____ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ____ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X___ (55) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31 U.S.C. 3332). ____ (56) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (July 2013) (31 U.S.C. 3332).

  • W913FT18Q0039

    Page 16 of 26

    ____ (57) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ____ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). ____ (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). ____ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) _____(1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). _____ (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). _____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). _____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____(8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658). _____ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). _____ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). _____ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made

  • W913FT18Q0039

    Page 17 of 26

    available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vi) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

    (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).

    (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).

    (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

    (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).

    (xii) _____ (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). _____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

    (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)

    (xvii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)

  • W913FT18Q0039

    Page 18 of 26

    (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xv)52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvi) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

    (B) Alternate I (JAN 2017) of 52.224-3.

    (xvii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

    (xviii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

    (xix) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

    (xx) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

    (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.225-17 EVALUATION OF FOREIGN CURRENCY OFFERS (FEB 2000) If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using a fixed rate of COP $2800 to ONE ($1) US Dollar in effect as follows: (The fixed rate affords the Vendor, Contracting Agency and Financial Management Organizations to manage contractual evaluations and payments in a stable manner. The current fixed rate is subject to periodic evaluation and change, as required, in order to accommodate all interested parties.) (a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening. (b) For acquisitions conducted using negotiation procedures-- (1) On the date specified for receipt of offers, if award is based on initial offers; otherwise (2) On the date specified for receipt of proposal revisions. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

  • W913FT18Q0039

    Page 19 of 26

    This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far (End of clause) 252.229-7001 TAX RELIEF (SEPT 2014) (a) Prices set forth in this contract are exclusive of all taxes and duties from which the United States Government is exempt by virtue of tax agreements between the United States Government and the Contractor's government. The following taxes or duties have been excluded from the contract price: NAME OF TAX: (IVA) RATE (19%) (b) The Contractor's invoice shall list separately the gross price, amount of tax deducted, and net price charged. (c) When items manufactured to United States Government specifications are being acquired, the Contractor shall identify the materials or components intended to be imported in order to ensure that relief from import duties is obtained. If the Contractor intends to use imported products from inventories on hand, the price of which includes a factor for import duties, the Contractor shall ensure the United States Government's exemption from these taxes. The Contractor may obtain a refund of the import duties from its government or request the duty-free import of an amount of supplies or components corresponding to that used from inventory for this contract. (End of clause) STATEMENT OF WORK

    STATEMENT OF WORK (SOW) WOMEN IN THE MILITARY AND SECUIRITY CONFERENCE

    (WIMCON 18) Bogota, Colombia

    Hotel Services TCA #JEVB-005-CON-COL

    http://www.acquisition.gov/farhttp://www.acquisition.gov/far

  • W913FT18Q0039

    Page 20 of 26

    1.0 GENERAL: The Commander of the United States Southern Command (USSOUTHCOM) and the Minister of Defense of Colombia, are co-hosting The WOMEN IN THE MILITARY AND SECUIRITY CONFERENCE 2018 (WIMCON 18). The event will have the participation of Ministers and Chief of Defense from USSOUTHCOM Area of Responsibilty (AOR), in addition to senior US Government and Military Officials. This Performance Work Statement (PWS) details the lodging, meals, conference rooms and audio visual requirements in support of the (WIMCON-18) scheduled for 12-14 June, 2018. The period of performance is 6-15 June, 2018.

    TIME LINE: 12-14 June 2018. 1.1 - 6 June 2018: Advance Party Arrival Begins 1.2 – 11 June 2018: Some Invited Delegation arrivals 1.3 -12 June 2018: Delegations Arrive/Reception 1.4 -12 thru 14 June 2018: Conference 1.6 -15 June 2018: All participants and most staff depart 1.7 -16 June 2018: Remaining staff departs 2.0 DESCRIPTION OF SERVICE. 2.1 HOTEL LOCATION: The Contractor shall be located in a safe secure location, which shall pass a US SOUTHCOM Force Protection assessment which will completed before 26 April, 2018. The Contractor shall be located in or near a metropolitan area and International airport. 2.2 HOTEL SECURITY/INSPECTION. The hotel shall provide the Government’s Representative (GR) an orientation and meeting with the hotel security manager, and a direct contact on the hotel staff for resolving security issues. If external security augmentation is used, the hotel Security manager shall ensure complete and unlimited access and seamless coordination between the hotel’s organic security systems and the external augmentation units. Where possible, all conference activities shall be conducted in designated areas located above the ground floor level. 2.3 HOTEL REPRESENTATIVE. The contractor shall provide a representative to act as a liaison with the GR. The contractor representative shall be of sufficient authority to resolve issues as they arise and shall be available during the period of contract performance. The contractor shall provide the GR with a list of on-call hotel points-of-contact who have the authority to resolve issues affecting their areas of support. 2.4 FOOD AND WATER RISK ASSESMENT (FWRA) INSPECTION. Contractor must successfully pass a US Government FWRA inspection. 2.5 FORCE PROTECTION INSPECTION. The Conference and hotel facilities are subject to a Force Protection Inspection. Contract award is contingent upon certification of facilities by a favorable Force Protection Inspection report. 2.6 HOTEL SERVICE BREAKDOWNS. The contractor shall ensure that any maintenance or repairs of hotel equipment, to include: guest rooms, conference room, administrative room, breakout room, elevators, kitchen equipment, audio visual, etc., shall be corrected immediately at the contractor’s expense without further cost to the Government. In the event of power failure(s), the hotel shall provide back-up power sources. All equipment shall be repaired within one (1) hour or replaced within two (2) hours of reported malfunction.

  • W913FT18Q0039

    Page 21 of 26

    2.7 HOTEL ITEMS/AMENITIES EXCLUDED FROM THE CONTRACT. The Government will not pay for movies, mini-bars, laundry, room service, telephone calls from or charged to guest rooms, or any other hotel charges other than those specifically provided in this contract. 2.7.1 Lodging, movies, mini-bars, service charges, etc. shall be itemized separately on service bills. Hotel guests shall be responsible for all legitimate charges appearing on their lodging statements, with the exception of the contracted lodging and meals. 2.7.2 The Contractor’s staff shall inform guests during check-in which services shall not be covered by the Government. The Contractor’s staff shall request a credit card from all guests upon check-in. Charges not covered by the contract are to be resolved between the guests and the hotel. 2.8 HOTEL ITEMS/AMENITIES INCLUDED IN CONTRACT. The Contractor shall provide a fitness center with a variety of fitness equipment. All regular hotel guest facilities and amenities, to include the hotel business center and the spa facilities, shall be made available for all participants who are registered at the hotel. No cover or conference fees are to be charged to conference attendees who are not registered in the hotel, for attending the conference. 3.0 LODGING. 3.1 The contractor shall allow guests an early check-in time (if available) on arrival day and late check-out on departure date at no extra cost. Conference participants wishing to extend their stay in the hotel must check out within the designated checkout time on the specified end date. These guests are fully responsible for any incurred expenses during their extended stay. 3.2 ROOMS REQUIRED. Lodging requirements are shown in the next table. Table 3.1 June 2018

    Wed 6

    Thu 7

    Fri 8

    Sat 9

    Sun10

    Mon 11

    Tue 12

    Wed13

    Thu 14

    Fri 15

    Tot

    Single Occupancy Rooms nights contracted

    2 8 14 14 20 20 103 103 90 3 377

    Single Occupancy Rooms nights self -pay

    20 20 20 60

    Total rooms/suites nights required (contracted and self-pay) = 437 3.3 QUALITY STANDARDS FOR ROOMS. All rooms shall include: high standard of hygiene, private bath with full toilet and shower facilities, hot and cold running water, and clean linens on a daily basis, electricity, and color television with cable, internet service, and appropriate furniture. All regular hotel guest facilities and amenities, to include the hotel business center and the exercise facilities, shall be made available for conference attendees free of charge as long as they are registered in the hotel. The Contractor shall provide two (2) bottles of water per day (8 to 10 ounces) and internet/Wi-Fi service in each contracted room at no extra cost to the Government.

  • W913FT18Q0039

    Page 22 of 26

    3.4 ROOM INFORMATION. The GR will only pay for rooms used (under contract). The Government intends to utilize all rooms requested. However, the possibility exists that due to unforeseen circumstances a few may have to cancel their attendance; therefore the Government reserves the right to fill the rooms with alternate personnel for any room, without penalty up to 24 hours in advance. If there is a no-show, the Government will only pay for the one (1) night. Additionally, there will be an undetermined number of participants that will pay for their own lodging. They will not be included in the Lodging contract. They are noted in table 3.1 as Self- pay. 3.5 ROOM LIST. The GR will furnish the Contractor a rooming list with all of the participant’s names by 1 June 2018, but may change the names of the guests up to the day of occupation. 4.0 CONFERENCE/MEETING FACILITIES. The Contractor shall provide lodging, meals, and conference requirements within their main facilities with all conference rooms/spaces in close proximity of each other and if possible on the same floor level. 4.1 ADMINISTRATION ROOM: The Contractor shall provide a room to be used as an Administration or operations room. This room will be used by the conference staff personnel as an event command/administrative center and shall be furnished with tables and chairs (exact amount of tables and chairs and room configuration will be determined by GR). The room shall be large enough to accommodate office space for staff of twenty (20) personnel. Rooms shall also include space and electrical hook-ups. Adequate lighting must be available. The Contractor shall provide a “house phone” for inside hotel and local calls only. The Contractor shall provide the Government access to this room 24 hours a day. The administrative room shall be physically secured by the GOVERNMENT POC daily to prevent unauthorized access by non-Government personnel during the contract period of performance. Set up for the admin room shall be accomplished no later than 1400 on 7 June, 2018. There are no audiovisual requirements for this room. 4.1.1 ADMINISTRATION ROOM, INTERNET REQUIREMENTS: Hotel must provide internet EHTERNET drops, with a 50MB bandwidth or better. Dedicated internet line via Ethernet connection with a static IP assigned and bypassing or disabling any “splash page” the Hotel may have. Also, if applicable, isolate the Administration room from other hotel guest(s). Request 110v power outlets and surge protection will be needed to accommodate 20 laptops, two (2) printers and four (4) telephones (equipment will be US Government issued). The requested configuration could also be provided by allowing the SOUTHCOMC IT Tech staff to directly connect to the Hotel’s source of internet. Hotel IT specialist must be available on site during the set up and installation of the Administrative Room. Table 4.1 shows US Government requirements for meeting spaces. 4.2. MAIN CONFERENCE ROOM. The Contractor shall provide a main conference room for one hundred twenty(120) participants in classroom style, or configuration later identified where sessions can be conducted in comfort and with minimum distractions. Set up for the main conference room shall be accomplished no later than 12:00 PM on 12 June 2018 and shall be made available for use all day, during 13-14 June 2018. The conference room shall have dimmer switches and black out curtains (or similar) to allow for slide/audio visual presentations. All seats shall be cushioned and tables shall be covered with white tablecloths. The conference room configurations and usage times can be changed at any time prior to the conference to accommodate last minute directives and fluctuating requirements. If additional chairs or tables

  • W913FT18Q0039

    Page 23 of 26

    are required, the GR will coordinate with the hotel representative. The main conference room must be completely cleaned. Contractor personnel shall be available for changes in room configuration as needed. The GR will provide instructions to the Contractor regarding the exact configuration of the room. 4.2.1 BILATERAL ROOMS (BI LATS) The Contractor shall provide 2 “Board Room” style rooms for 6-8 participants, where sessions can be conducted in comfort and with minimum distractions. Set up for the Bilateral room shall be accomplished no later than 12:00 PM on 13 June 2018 and shall be made available for use during the afternoons of 13-14 June 2018. All seats shall be cushioned. Thse conference room configurations and usage times can be changed at any time prior to the conference to accommodate last minute directives and fluctuating requirements. If additional chairs or tables are required, the GR will coordinate with the hotel representative. The Bilateral rooms must be completely cleaned. Contractor personnel shall be available for changes in room configuration as needed. The GR will provide instructions to the Contractor regarding the exact configuration of the room. Table 4.1

    June 2018 Thu 7

    Fri 8

    Sat 9

    Sun 10

    Mon 11

    Tue 12

    Wed 13

    Thu 14

    Fri 15

    Admin Room (20 pax) 1 1 1 1 1 1 1 1

    1

    Main Conference Room (120 pax) Set up 1 1

    Bilat rooms 2 2

    5. AUDIOVISUAL. The contractor shall provide the audiovisual equipment for the main conference room, shown in the following table: 6.0 PARKING REQUIREMENTS/ TAXI ACCESS 6.1 The Contractor shall provide during 10-14 June, 8 (eight) reserved parking spaces for local conference participants and conference staff in the hotel parking lot during the conference. Parking shall be in a secure area with adequate lighting and security. Contractor’s staff shall be aware of reserved conference parking spaces. 6.2 The Contractor shall have a readily responsive, 24 hour, taxi service access at the hotel, to be used and paid by the conference participants and staff.

    Audio Visual Requirements for Main Conference Room (12-14 June)

    Qty

    Screen Size 6x6 to 8x8(feet or comparable standard) 3

    Internet access 1

    Speaker System with two (2)wireless Microphones and Podium

    1

  • W913FT18Q0039

    Page 24 of 26

    7.0 FOOD AND BEVERAGE 7.1 MEALS. The Contractor shall provide meals to specific participants as directed by the GR. The Government will indicate which participants or guests are covered by this contract, by 28 May 2018. 7.2 LUNCHES. On conference dates (13-14 July 2018) lunches will be served buffet style for 120 participants, in a room adjacent or next to the Main Conference Room. The Contractor shall serve lunch with a selection of items, which shall offer a variety of salads, hot dishes (various options like; chicken, beef, pork, fish, pasta) and desserts and shall include a variety of juices, sodas, lemonade, ice tea, ice water, coffee or hot tea throughout the meal. 7.2.1 LUNCHES. On the arrival and departure days (11, 12 thru 15 June 2018) The Contractor shall serve meals at the hotel restaurant for those Conference guest that order lunches and are on the Master account. No special arrangements or specific rooms are necessary for these meals, the Hotel restaurant will be sufficient. The Government will only pay for meals consumed by the invited participants and will identify themselves and their room number prior to the meal. This process will be controlled with GR supervision. The Government will not pay for alcoholic beverages during any meal or any other time during this event. The restaurant invoice must separate the charge for alcoholic beverage and food. All meal receipts associated with this conference shall be submitted daily to the GR for verification and accountability. Direct specification of these meals will be discussed with the hotel and the GR. If an alcoholic beverage is served, the hotel will give the conference participant a separate receipt with that alcoholic purchase and annotated with the participant’s room number. The hotel will only issue “food” receipts to the Government. 7.3 DINNERS. On travel and execution days (11, 12 thru 15 June 2018) The Contractor shall serve meals at the hotel restaurant for those Conference guest that order Dinner and are on the Master account. No special arrangements or specific rooms are necessary for these meals, the Hotel restaurant will be sufficient. The Government will only pay for meals consumed by the invited participants and will identify themselves and their room number prior to the meal. This process will be controlled with GR supervision. The Government will not pay for alcoholic beverages during any meal or any other time during this event. The restaurant invoice must separate the charge for alcoholic beverage and food. All meal receipts associated with this conference shall be submitted daily to the GR for verification and accountability. Direct specification of these meals will be discussed with the hotel and the GR. If an alcoholic beverage is served, the hotel will give the conference participant a separate receipt with that alcoholic purchase and annotated with the participant’s room number. The hotel will only issue “food” receipts to the Government. Table 10.1 shows all of our requirements for Food and Beverage. 8.0 BEVERAGE STATIONS. The Contractor shall set up a permanent coffee, tea, and water beverage station in the administrative room by 7:30 AM daily. This beverage station is to stay in place and be replenished during the conference working hours of 7:30 AM to approximately 5:00 PM daily or later as coordinated by the GR. A similar beverage station shall be place in the vicinity of the Main Conference Room for participants to use during working hours of the conference. 9.0 COFFEE BREAKS. (AM/PM). 9.1 Morning breaks/Afternoon Breaks. The Contractor shall provide “coffee breaks” for one hundred (120) on 13-14 June 2018. Both Morning and Afternoon break stations shall be setup

  • W913FT18Q0039

    Page 25 of 26

    outside the main conference room. The break menu shall be varied daily and the service should include utensils and all necessary equipment. Please see table 10.1 for correct amounts. 9.2 Breaks, Additional information. The menu selected, time and schedule of such breaks shall be discussed and determined with the GR prior the conference start. Table 10.1 June 2018 Food and Beverage

    Thu 7

    Fri 8

    Sat 9

    Sun 10

    Mon 11

    Tue 12

    Wed 13

    Thu 14

    Fri 15

    Totals

    Administration Room - Continuous Beverage station

    5

    10

    10

    10 15 15 15 10

    90

    Main Conference Room- Continuous Beverage Station

    120 120

    240

    Coffee breaks AM

    120 120 240

    Coffee breaks PM

    120 120 240

    Breakfast

    15 80 80 80 255

    Lunch

    15 50 120 120 60 365

    Dinner

    75 80 80 235

    Requested= requested meal C= Contracted Meal 10.0 ADDITIONAL REQUIREMENTS. 10.1 TESTING OF ANY EQUIPMENT. The Contractor shall install and be ready to conduct a full communications test of all equipment/systems in the main conference room by 12:00 PM on 12 June 2018. Contractor shall coordinate with GR before testing to assure GR is present during the testing. 10.2 APPLICABILITY. Tax exemption, if any, applies to self-fund as well as contract funded attendees; therefore, taxes shall be removed from bill once forms have been submitted to hotel by the Government Representative. 11.0 ADDITIONAL INFORMATION. 11.1 GOVERNMENT REPRESENTATIVE. A Government Representative (GR) will coordinate administrative, logistical and miscellaneous issues with the Contractor. This representative shall not make any changes to the terms, conditions, standards, or cost of the contract. This individual has authority to provide technical direction to the Contractor as long as the direction is within the scope of the contract, does not constitute a change, and has no funding implications.

    11.2 The Contractor shall provide appropriate announcement boards at each entrance to the hotel

    and at elevator and main conference room welcoming and directing conference participants. The exact wording of the announcement will be provided to the hotel by the GR.

  • W913FT18Q0039

    Page 26 of 26

    11.3 Ashtrays shall not be placed in the main conference room or any other rooms as smoking will not be permitted at indoor conference functions.

    1.1 - 6 June 2018: Advance Party Arrival Begins1.3 -12 June 2018: Delegations Arrive/Reception1.4 -12 thru 14 June 2018: Conference