MODIFICATION
X -- May 2018 Yellow Ribbon Event (Santa Clara County, CA) - Amendment 2
- Notice Date
- 4/30/2018
- Notice Type
- Modification/Amendment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, 129 MSG/MSC, CA ANG, PO BOX 103/STOP 25, MOFFETT FEDERAL AIRFIELD, California, 94035, United States
- ZIP Code
- 94035
- Solicitation Number
- W912LA-18-Q-7007
- Archive Date
- 5/19/2018
- Point of Contact
- Paul N. Ochs, , Bardia Barmaki,
- E-Mail Address
-
paul.n.ochs.mil@mail.mil, bardia.barmaki.mil@mail.mil
(paul.n.ochs.mil@mail.mil, bardia.barmaki.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 3, Applicable Provisions and Clauses (Unchanged) Attachment 2, Quote Cover Sheet (Amendment 2) Attachment 1, Performance Work Statement (Amendment 2) Full Text Combo Synopsis/Solicitation (Amendment 2) Request for Quote May 2018 Yellow Ribbon Event 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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this procurement is W912LA-18-Q-7007 and is hereby issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-97 ( 6 November 2017 ). This acquisition is 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) is 721110, " CASINOS (EXCEPT CASINO HOTELS) " is applicable. The Small Business Size Standard is $32,500,000.00. The Government intends to award a firm fixed-price (FFP) contract for all services detailed in the attached Performance Work Statement (PWS); see Attachment 1. The successful offeror shall provide the following Contract Line Item Numbers (CLINs) for the specified performance period. The CLINS are also detailed on Attachment 2, Quote Coversheet. CLIN 0001 CONTRACTED QUARTERS The Contractor shall provide 65 total double-occupancy room-nights in support of the 129 RQW's May 2018 YRRP Event. CONTRACTED QUARTERS shall be available between Friday, 18 May and Saturday, 19 May 2018. CONTRACTED QUARTERS shall conform to all State of California and industry standards for commercial lodging accommodations and the attached Performance Work Statement (PWS). CLIN 0002 CONFERENCE ROOMS, BREAKOUT ROOMS, AND ANCILLARY SPACES The Contractor shall provide CONFERENCE ROOMS, BREAK-OUT ROOMS, AND ANCILLARY SPACES in support of the 129 RQW's May 2018 YRRP Event. All work shall conform to the attached PWS. CLIN 0003 CONTRACTED MEALS The Contractor shall provide CONTRACTED MEALS in support of the 129 RQW's May 2018 YRRP Event. All work shall conform to the attached PWS. The FAR provision at 52.212-1, Instructions to Offerors-Commercial does not apply to this acquisition and is incorporated by reference. See the submission instructions provided below. The FAR provision at 52.212-2, Evaluation-Commercial Items, does not apply to this acquisition. All quotes will be evaluated for technical acceptability; those that are determined to be unacceptable will be removed from further consideration. Remaining quotes will be rank ordered from lowest price to highest price with award being made to the concern who's quote is the lowest price technically acceptable. The FAR provision at 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items, applies to the requirement and is incorporated by full text. Offeror's are advised to submit a completed copy of the provision with their offer. If the offeror has completed their annual representations and certifications electronically via the System for Award Management (www.SAM.gov) website, offerors need only complete/return paragraph (b) of the provision. The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and is incorporated by reference. No addenda have been added to this provision. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders, applies to this acquisition. This clause has been incorporated with Deviation 2013-O0019 by reference. Offerors are advised of the additional contract requirements: § IAW the FAR Clause at 52.232-18, Availability of Funds, offerors are cautioned that funds are not presently available for this requirement. Award is therefore not guaranteed and is subject to the availability of funds. § IAW the Defense FAR Supplement Clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, all invoicing must be submitted via the Wide Area Workflow (WAWF) website. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Questions regarding this solicitation must be received no later than 2:00 PM, 27 April 2018. Submit questions to both email addresses identified below. Please ensure that you reference the solicitation number. All quotes must be submitted no later than 2:00 PM, 4 May 2018. It is the offeror's responsibility to ensure their quote is received by the date and time specified. Quotes not received at the initial point of entry to the Government (identified below), by the exact date and time specified above, will be determined late and shall not be evaluated. All quotes must be accompanied by the Quote Coversheet. Pricing should be separated from your technical proposal to facilitate technical review independently from price review. The place of performance for this requirement is Santa Clara County, California. Locations outside of Santa Clara County will not be considered. The Offeror shall submit their quote via email. When submitting quotes, the Offeror will need to specifically send their quotes to both the following persons: MSgt Paul (Nick) Ochs ( paul.n.ochs.mil@mail.mil ) MSgt Bardia Barmaki ( bardia.barmaki.mil@mail.mil ) ATTACHMENTS 1 Performance Work Statement (9 Pages) 2 Quote Coversheet (2 Pages) 3 Applicable Provisions & Clauses (3 Pages) Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2018-04-23 12:33:58">Apr 23, 2018 12:33 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2018-04-30 14:17:44">Apr 30, 2018 2:17 pm Track Changes Amendment 001 23 April 2018 Page 2 of the Performance Work Statement is hereby removed and replaced in order to clarify the period of performance. Paragraph 2 of Section 3.1 is amended to read: "The Contractor shall provide a rooming block and reservation code that will allow attendees to make reservations directly with the Contractor; the rooming block shall provide 208 rooms on Friday, and 104 rooms on saturday." Amendment 002 30 April 2018 This solicitation is hereby amended to revise the Government's number of attendees as a result of changes in the YRRP registration system. CLIN 0001, CONTRACTED QUARTERS, is hereby revised to read, "The Contractor shall provide 65 double-occupancy room-nights..." The full-text Combo Synopsis/Solicitation is hereby removed and replaced. Attachment 1, Performance Work Statement, is hereby removed and replaced. Attachment 2, Quote Cover Sheet, is hereby removed and replaced. Attachment 3, Applicable Provisions and Clauses, remains unchanged.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-3/W912LA-18-Q-7007/listing.html)
- Place of Performance
- Address: Santa Clara County, California, United States
- Record
- SN04905204-W 20180502/180430230832-aef35191769d20d6d6287a47b9dadc21 (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 |