This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Part 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 to SAM.GOV (https://sam.gov/) and NECO (https://www.neco.navy.mil/).
The RFQ number is N0060425Q4089. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-04 and DFARS Publication Notice 20250117. 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 http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 721110 and the Small Business Standard is $40 million. This is a Full and Open, Unrestricted Competitive action; the Small Business Office concurs with this acquisition strategy.
The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified
sources capable of providing Hotel Lodging and Hotel Conference Room Facilities in support of its Marriage Enrichment Retreats in accordance with Attachment 1 - Performance Work Statement (PWS) for the Chaplains Religious Enrichment Development Operations (CREDO) Hawaii.
CLIN 0001 - QTY: 10; Unit of Issue: Each; Use of Venue, Accommodations and Food Catering for Marriage Enrichment Retreats
The Period of Performance: 01 August 2025 - 31 July 2026.
Responsibility for Inspection: unless otherwise specified in the order, the contractor is responsible for the performance of all inspection requirements and quality control.
See Attachments:
- Performance Work Statement (PWS)
- Appendices
- FAR 52.213 CD & 52.204-24
- Wage Determination WD 2015-5989 REV 25
- Applicable Provisions and Clauses
Method of Payment: The method of payment will be via Wide Area Workflow (WAWF).
System for Award Management (SAM). Quoters must be registered and active in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/.
Questions regarding the solicitation shall be submitted electronically to elisha.c.wallace-enos.civ@us.navy.mil. Reference RFQ N0060425Q4089. Questions shall be submitted no later than 17 July 2025 at 1:00 PM Hawaii Standard Time (HST).
This announcement shall close on 22 July 2025 at 1:00 PM Hawaii Standard Time (HST). Quotes may be submitted electronically to elisha.c.wallace-enos.civ@us.navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.
SUBMISSIONS:
Quote: All quotes should include a price for each item listed in this Notice, a Point of Contact (name phone number and email address), CAGE code, Unique Entity Identification number (UEID), business size, and payment terms. Quotes should not exceed eight (8) pages in total. Facsimile quotes will not be accepted. Each response must clearly indicate the capability of the Quoter to meet all specifications and requirements of the PWS. Submission of a quote indicates the Quoter takes no exception to the PWS unless specifically stated.
Evaluation Criteria: The Government intends to award a single-award Firm-Fixed Price contract to the responsible Quoter, whose quote is technically acceptable and most advantageous to the government. The quotation meeting the solicitation requirements with the lowest price may not be selected for award if award to a higher priced Quoter is determined to be more advantageous to the Government. However, the perceived benefits of the higher priced quotation must merit the additional price.
Price: Quoters shall submit a price for each item listed in this Notice.
Technical: The Quoters technical acceptability will be evaluated against the performance requirements in the Performance Work Statement. Quoters will be rated Acceptable if they adequately show their ability to meet the performance requirements identified in the PWS and take no exceptions to the PWS. Quoters will be rated Unacceptable if they do not adequately show their ability to meet the performance requirements identified in the PWS, or take exceptions to the PWS. By submission of a quote, the Quoter takes no exceptions to the Performance Work Statement unless specifically stated.
Past Performance: The Quoter shall provide relevant past performance. Relevant past performance is experience within the past five (5) years that is essentially the same as or similar to, the scope, magnitude, and complexity of the work as described in the PWS. To demonstrate past performance, the Quoter shall identify up to three (3) of its most recent, relevant contracts or efforts within the past five (5) years. For each contract, include contract number, name of Agency or company, contract dates of performance, scope, magnitude, and complexity of the work, point of contact name, email and telephone number. In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Contractor Performance Assessment Reporting System (CPARS) and contacting Government customers who have received recent and relevant experience from the Contractor. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror. Note: If an offeror has no record of relevant past performance, or for whom information on past performance is not available, the Quoter may not be evaluated favorably or unfavorably on past performance. Therefore, the Quoter shall be determined to have unknown (or neutral) past performance.
Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1. The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Supplier Performance Risk System (SPRS), and Contractor Performance Assessment Reporting System (CPARS).
******* End of Combined Synopsis/Solicitation *******