SOLICITATION NOTICE
V -- WIANG Strong Bonds Couples/Singles Event
- Notice Date
- 7/2/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618-5002
- ZIP Code
- 54618-5002
- Solicitation Number
- W912J2-14-Q-2513
- Response Due
- 7/17/2014
- Archive Date
- 8/31/2014
- Point of Contact
- Kristin Franecki, 414-944-8517
- E-Mail Address
-
USPFO for Wisconsin
(kristin.franecki@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation number W912J2-14-Q-2513 is being issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73, Effective 29 April 2014 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20140528. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This acquisition is reserved for a Small Business concerns; however, in the event that no Small Business concerns can meet the requirement the set-aside will be withdrawn and an award will be made to a Large Business. The North American Industrial Classification System Code is 721110 with a small business size standard of $30 million. This is a firm fixed price requirements type contract for non-personal services to provide all personnel, supervision and all other items and services necessary for the required lodging, meeting space, and meals for 19-21 September 2014 for 115 people per the attached 2014 Statement of Work. Check in Friday, 19 September 2014; checkout Sunday, 21 September 2014. Include a list of amenities and any areas of interest for the couples/singles attending the conference. Areas of interest may include those at the hotel or in a nearby local location. We are also requesting pricing for two (2) more similar events on 23-25 January 2015 and 29-31 May 2015. These are considered options for this solicitation and will not be executed until funds are available. Notice will be given prior to execution of these options. Please see attached 2015 Statement of Work. CLIN 0001 - Lodging for 2 nights. Qty: 85 rooms each night. CLIN 0002 - Conference Room Rental and Audio/Visual Equipment. Qty: 2 rooms. CLIN 0003 - Dinner - Friday, 19 September. Qty: 115 adults. CLIN 0004 - Breakfast - Saturday and Sunday. Qty: 115 adults for each meal. CLIN 0005 - Lunch - Saturday, 20 September. Qty: 115 adults. CLIN 0006 - Dinner - Saturday, 20 September. Qty: 115 adults. CLIN 0007 - OPTION - Total amount for 23-25 January 2015 SubCLIN 0007A - Lodging for 2 nights. Qty: 85 rooms each night. SubCLIN 0007B- Conference Room Rental and Audio/Visual Equipment. Qty: 2 rooms. SubCLIN 0007C - Dinner - Friday, 23 January. Qty: 115 adults. SubCLIN 0007D - Breakfast - Saturday and Sunday. Qty: 115 adults for each meal. SubCLIN 0007E - Lunch - Saturday, 24 January. Qty: 115 adults. SubCLIN 0007F - Dinner - Saturday, 24 January. Qty: 115 adults. CLIN 0008 - OPTION - Total amount for 29-31 May 2015 SubCLIN 0008A - Lodging for 2 nights. Qty: 85 rooms each night. SubCLIN 0008B- Conference Room Rental and Audio/Visual Equipment. Qty: 2 rooms. SubCLIN 0008C - Dinner - Friday, 29 May. Qty: 115 adults. SubCLIN 0008D - Breakfast - Saturday and Sunday. Qty: 115 adults for each meal. SubCLIN 0008E - Lunch - Saturday, 30 May. Qty: 115 adults. SubCLIN 0008F - Dinner - Saturday, 30 May. Qty: 115 adults. This solicitation is for lodging, meals, refreshments and conference rooms to be located within 150 miles of Milwaukee, Wisconsin. Please provide a cancellation policy: Program anticipates up to 30 couples and 50 singles (110 total attendees) with 5 additional conference facilitators and the possibility of the event being cancelled. Government needs to know a cancellation date that applies without penalty. The contract will be awarded to lowest priced technically acceptable. Technical acceptability is meeting all solicitation and performance work statement (PWS) requirements. A site visit to the hotel may be required prior to award. The Place of Performance will be the hotel provided in the selected offer. The following FAR/DFAR clauses and provisions are applicable to this acquisition: 52.202-1 Definitions JAN 2012 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures OCT 2010 52.204-3 Taxpayer Identification OCT 1998 52.204-6 Data Universal Numbering System Number DEC 2012 52.204-7 System for Award Management JUL 2013 52.212-1 Instructions to Offerors--Commercial Items FEB 2012 52.212-3 Offeror Representations and Certification--Commercial Items DEC 2012 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) JAN 2014 52.216-24 Limitation Of Government Liability APR 1984 52.217-5, Evaluation of Options. JUL 1990 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2014 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-41 Service Contract Act Of 1965 NOV 2007 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-1 Buy American Act--Supplies FEB 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. DEC 2012 52.232-1 Payments APR 1984 52.232-19 -- Availability of Funds for the Next Fiscal Year. APR 1984 52.232-33 Payment by Electronic Funds Transfer-System for Award Management JUL 2013 52.233-2 Service of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.243-1 Changes--Fixed Price AUG 1987 52.244-6 Subcontracts for Commercial Items DEC 2010 52.247-34 F.O.B. Destination NOV 1991 52.252-2 Clauses Incorporated By Reference FEB 1998 52.252-6 Authorized Deviations in Clauses APR 1984 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.209-7993(DEV) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law - Fiscal Year 2014 Appropriations (Deviation) FEB 2014 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions May 2013 The Department of Labor Service Contract Act Wage Determination (Food & Lodging) WD 97-0118 (Rev. -28) dated 06/25/2013 is currently incorporated into this solicitation; however, the current prevailing Wage Determination for the resort/hotel will be incorporated at the time of award. All information relating to this solicitation, including changes/amendments, questions and answers will be posted on the following website: (www.fbo.gov). Formal communications (such as request for clarifications and/or information) concerning this solicitation must be submitted in writing or via e-mail to the address below. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of the solicitation shall apply. Award can only be made to contractors registered in System For Award Management (SAM) at https://www.sam.gov. Awarded vendor must invoice through Wide Area Work Flow (WAWF), an online invoicing system https: //wawf.eb.mil/ after completion of event. Detailed proposals will be due to by 4:00 P.M. EST, Thursday, 17 July 2014. E-mail questions and quotes to kristin.franecki@ang.af.mil Point of Contact for this solicitation is TSgt Kristin Franecki at (414) 944-8517.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-14-Q-2513/listing.html)
- Record
- SN03413072-W 20140704/140703001921-89a253638d7e84787f6c53f22ac4c12e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |