Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2018 FBO #6068
SOLICITATION NOTICE

V -- 278TH PREDEPLOYMENT LODGING - RFP 278TH LODGING - SOLICITATION

Notice Date
7/3/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Tennessee, PO Box 40748, Nashville, Tennessee, 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-18-Q-0543
 
Archive Date
7/20/2018
 
Point of Contact
Rhonda Lien, Phone: 6153130530
 
E-Mail Address
rhonda.m.lien.civ@mail.mil
(rhonda.m.lien.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
278TH PREDEPLOYMENT LODGING SOLICITATION 278TH PREDEPLOYMENT LODGING - RFP Tennessee National Guard 278TH PRE-DEPLOYMENT URGENT REQUEST This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being solicited and a written solicitation will not be issued. Solicitation number W912L7-18-Q-0543 is hereby issued as a Request for Proposal within the TN area. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 effective date 15 June 2018. This requirement is being advertised as Unrestricted; the North American Industry Classification System (NAICS) Code(s) are 721110, with a Size Standard of $32.5M. The following clauses are applicable to this acquisition: The TN National Guard is Requesting a Proposal for 278th LODGING PRE-DEPLOYMENT for the following locations: CROSSVILLE, LIVINGSTON, GORDONSVILLE, COOKEVILLE, MILAND, MORRISTOWN, GALLATIN, and MARYVILLE, TN. For complete information, see the information below. The solicitation closes 5 JULY 2018 at 11:00am EST (10:00am CST). Please send your Proposals and ALL questions to and Rhonda.m.lien.civ@mail.mil. QUESTIONS MUST BE SUBMITTED VIA EMAIL NLT 05 JULY 2018 at 11:00am CST. Please look for modifications posted on Fedbiz Ops - www.fbo.gov 1. Request Military per diem 2. Tax Exempt form will be provided 3. Specify if hotel provides free Breakfast 4. Request free parking 5. Hotel Rooms must be inside, no hotels with outside rooms 6. Hotel must be in a Safe Environment and Clean - 3 Stars or above 7. No MOTELS will be accepted 8. Rooming list will be provided 9. A list of Soldiers will be leaving on 14 JULY and the rest will be leaving 15 JULY 2018. More information to come on the correct number. 10. Please price the rooms on the attached RFP - Request for Proposal a. Request adjustment on RFP/Contract/Invoice on any room(s) not used if given 72 hours-notice of change in rooming list. The solicitation closes 5 JULY 2018 at 11:00am EST (10:00am CST). Please send your Proposals and ALL questions to and Rhonda.m.lien.civ@mail.mil. QUESTIONS MUST BE SUBMITTED VIA EMAIL NLT 05 JULY 2018 at 11:00am CST. Please look for modifications posted on Fedbiz Ops - www.fbo.gov ________________________________________ The following Clauses are applicable to the proposal: (A) 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERICAL ITEMS (B) 52.212-2 EVALUATION - COMMERCIAL ITEMS: As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (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. Vendor must be current with Certification on SAM - https://www.sam.gov/index.html/#1 2. Vendor must have NASIC CODE of 721110 in order to qualify for award. 3. Vendor will provide GRAND TOTAL with the proposal and specify each hotel and location in proposal. 4. Vendor must submit proposal on time in order to be consider in award process. Check for modifications on www.fbo.gov (Fed Biz Ops). 5. Vendor must comply with the solicitation and RFP pricing template in order to be considered for award. 6. Award will be based on Lowest Priced Technically Acceptable (LPTA) for the Government and ability to comply with the PWS/RFP. 7. Invoicing/Billing will be done electronically through WAWF-Wide Area Workflow - https://wawf.eb.mil/ after event has been completed. 8. Award/Contract is a firm fixed price contact. Notification of award or acceptance of an offer will be emailed to the contractor. A. 52.203-13, CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note) B. 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS C. 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING. D. 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE. E. 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS. F. 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT G. 52.209-10 - PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS. H. 52.212-4: CONTRACT TERMS AND CONDITIONS - COMMERICAL ITEMS I. 52-212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2016) J. 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS. K. 52.222-3 CONVICT LABOR. L. 52.222-21 PROHIBITION OF SEGREGATED FACILITIES. M. 52.222-26, EQUAL OPPORTUNITY (Mar 2007) (E.O. 11246) N. 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (Sep 2010) (38 U.S.C. 4212) O. 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES P. 52.222-41 SERVICE CONTRACT LABOR STANDARDS. Q. 52.222-50, COMBATING TRAFFICKING IN PERSONS (Feb 2009) (22 U.S.C. 7104) R. 52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION (Jan 2009). S. 52.222-55 MINIMUM WAGES UNDER EXECUTIVE ORDER 13658. T. 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING. U. 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES V. 52.226-6, PROMOTING EXCESS FOOD DONATION TO NONPROFIT ORGANIZATIONS. (Mar 2009) W. 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS. X. 52.233-3 PROTEST AFTER AWARD. Y. 52.233-4 APPLICABLE LAW OF BREACH OF CONTRACT CLAIM Z. 52.237-1 SITE VISIT. AA. 52.252-2 CLAUSES INCORPORATED BY REFERENCE. a. http://farsite.hill.af.mil/ BB. 52.239-1 PRIVACY OR SECURITY SAFEGUARDS. CC. 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES. DD. 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE. EE. 252.203-7000 REQUIREMENTS RELATING OF COMPENSATION OF FORMER DoD OFFICIALS FF. 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS. GG. 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS. HH. 252.204-7008 COMPLAINCE WITH SAFEGUARDING COVERED DEFENSE INFROMATION CONTROLS II. 252.204-7009 LIMITATIONS ON THE USE OF DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION JJ. 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE. KK. 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING. LL. 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT MM. 252.225-7031 SECONDARY ARAB BOYCOTT OF ISRAEL. NN. 252.232: 7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) - OO. 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS. PP. 252.232-7010 LEVIES ON CONTRACT PAYMENTS QQ. 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS. RR. 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-18-Q-0543/listing.html)
 
Place of Performance
Address: 3041 SIDCO DRIVE, NASHVILLE, Tennessee, 37204, United States
Zip Code: 37204
 
Record
SN04977601-W 20180705/180703230644-d1f00c1f0cc556c1cca9af7f94ae6a41 (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.