Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 30, 2016 FBO #5486
SOLICITATION NOTICE

X -- Yellow Ribbon Event - Statement of Work (SOW)

Notice Date
11/28/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 126 MSG MSC, 2101 GOLF COURSE ROAD, SCOTT AFB, Illinois, 62269-5000, United States
 
ZIP Code
62269-5000
 
Solicitation Number
W91SMC-16-R-2605
 
Point of Contact
TAMMY Y KNOWLES, Phone: 6182225112, Jamie Betzinger, Phone: 6182225116
 
E-Mail Address
tammy.y.knowles.mil@mail.mil, jamie.l.betzinger.mil@mail.mil
(tammy.y.knowles.mil@mail.mil, jamie.l.betzinger.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work, Yellow Ribbon Event, dated 22NOV16, 7 pages. This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in 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. This solicitation, W91SMC-17-R-2605, is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. This procurement is being advertised UNRESTRICTED. The NAICS code is 721110 and the small business size standard is $32.5M. The following commercial items are requested in this solicitation; Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and non-personal services necessary to perform venue support as defined in the Statement of Work dated 22 November 2016, 7 pages. The above listed meal quantities are estimates. The Government shall provide final headcounts for meals to the Contractor no later than one week prior to the event, January 13, 2017. Period of Performance 19 JAN 2017 - 21 JAN 2017 CLIN/SUBCLIN Description SOW Ref. Qty Unit of Issue 0001 Conference Space 2a 0001AA Command Post Room (iii) 4 Days 0001AB General Session Room (ii) 2 Days 0001AC Breakout Session Room (Qty 5) (iv) 2 Days 0001AD Counseling Room (Qty 2) (vii) 2 Days 0001AE Childcare Room (Qty 2) (v) 2 Days 0001AF Youth Activities Room (Qty 1) (vi) 2 Days 0001AG Teen Activities Room (Qty 1) (vi) 2 Days 0001AH Registration/Vendor Area (viii), (ix) 3 Days 0002 Meals and Refreshments 2c 0002AA Meals: Breakfast 700 (NTE) Each 0002AB Meals: Lunch 350 (NTE) Each 0002AC Refreshments & Snacks AM 700 (NTE) Each 0002AD Refreshments & Snacks PM 700 (NTE) Each 0003 Other: Resource Tables 60 Each 0004 Audio/Visual Equipment 2b 0004AA Meeting/Breakout Room Projector Package 5 Packages 0004AB Wireless Mic Package 12 Packages 0004AC General Session/Ballroom AV Package 2 Packages 0005 Room Blocks 2d NC This is a local business set-aside. The awarded venue shall be within a 30 mile radius of St. Clair or Madison County Illinois. All proposals SHALL include the following documents and information to be considered complete: 1) Proposed prices based on the breakout above. 2) A complete floorplan of all conference room space proposed. • 3) Proposed meal menu; breakfast, lunch, refreshment (a.m.), refreshment (p.m.) 4) Past performance showing you have hosted events with an equal or higher capacity. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government. Quotes will be evaluated using price and performance factors. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The vendor shall submit the response to this RFP via email to: SMSgt Tammy Knowles, E-mail: Tammy.Y.Knowles.mil@mail.mil and TSgt Jamie Betzinger, E-mail: Jamie.L.Betzinger.mil@mail.mil, not later than 12:00 noon CST on 19 December 2016 - Monday ( or sooner if possible) in order to be considered timely. Any quote, modification, revision, or withdrawal of a quote received after the exact time specified for receipt of quote is "late" and will not be considered, unless the Contracting Officer determines that accepting the late quote would not unduly delay the award and acquisition or it was the only quote received. Special Notes and Instructions: 1. Best Value Determination. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. •2. Mandatory Registrations. To be eligible for award, registration with the System for Award Management (SAM), must be current. To register or update former CCR and Reps & Certs that are not current go to https://www.sam.gov/portal/public/SAM/ and provide mandatory information. •3. Discussions. The government intends to award a purchase order without discussions with respective vendors/quoters. The government, however, reserves the right to conduct discussions if deemed in its best interest. •4. Applicable provisions and clauses: The following provisions and clauses are applicable to this RFQ. For full text reference, go to www.arnet.gov or http://farsite.hill.af.mil. The selected offeror must comply with the following provisions and clauses, which are incorporated herein by reference: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3 ALT 1, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items; FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policy to Ban Text While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds-System for Award Management; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7994, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements; DFARS 252.204-7011, Alternative Line Item Structure; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7035 ALT IV, Buy American - Free Trade Agreements - Balance of Payments Program Certificate (Alternate IV); DFARS 252.225-7036 ALT IV, Buy American - Free Trade Agreements - Balance of Payments Program; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-1/W91SMC-16-R-2605/listing.html)
 
Place of Performance
Address: Locations within 30 miles of St. Clair or Madison County, Illinois, Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN04336620-W 20161130/161128233749-8ff4513a7aac15b51ac9c2333078c261 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.