Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2018 FBO #6078
SOLICITATION NOTICE

V -- Adult Volunteer Workshops - Combo Package

Notice Date
7/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, District of Columbia, 20315-0350
 
ZIP Code
20315-0350
 
Solicitation Number
W912R1-18-T-0004
 
Archive Date
8/3/2018
 
Point of Contact
Willie C. Weatherspoon, Phone: 7036016810, Jeffrey J. Earle, Phone: 7036016824
 
E-Mail Address
ng.dc.dcarng.mbx.pc-requirement-request@mail.mil, jeffrey.j.earle.mil@mail.mil
(ng.dc.dcarng.mbx.pc-requirement-request@mail.mil, jeffrey.j.earle.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Adult Workshops Price List PWS Combined Synopsis/Solicitation DCNG Family Readiness Child and Youth Program: Adult Volunteer Workshops (I) 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; proposals are being requested and a written solicitation will not be issued. (II) Solicitation W912R1-18-T-0004 is issued as a Request for Quote (RFQ). (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-96. (IV) This acquisition is reserved for a small business concerns. The associated NAICS code for this acquisition is 721110; Standard Industrial Classification code is V231; Small Business size standard is $32.5M. (V) SCHEDULE OF SUPPLIES/SERVICES: CLIN 0001 - 24 August 2018 State Volunteer Workshop - Workshop will consists of 70 participants. Workshop shall not exceed 180 miles from the DC Armory - 2001 East Capitol St SE Washington DC 20001. (Overnight stay is not required). Refer to attached PWS for additional information. CLIN 0002 - 25 August 2018 State Volunteer Workshop - Workshop will consists of 70 participants. Workshop shall not exceed 180 miles from the DC Armory - 2001 East Capitol St SE Washington DC 20001. (Overnight stay is not required). Refer to attached PWS for additional information. CLIN 0003 - 26 August 2018 State Volunteer Workshop - Workshop will consists of 70 participants. Workshop shall not exceed 180 miles from the DC Armory - 2001 East Capitol St SE Washington DC 20001. (Overnight stay is not required). Refer to attached PWS for additional information. CLIN 0004 - Food/Beverages x 100 persons per meal (see chart in PWS) CLIN 0005 - AV Equipment CLIN 0006 - Breakout Rooms (VI) This solicitation is for the purchase of DCNG Family Readiness Child and Youth Program: State Volunteer Workshops IAW the attached PWS. (VII) FOB Destination point is: Workshop sites must be within 180 miles of the DCNG Armory (2001 East Capitol St SE Washington DC 20001). Agreement estimated Period of Performance is 24 August 2018 thru 26 August 2018 (VIII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. (IX) 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 award will be made to the Lowest Priced Technically Acceptable Offeror whose proposal is most advantageous to the Government. The Contractor shall submit a complete proposal to include: 1.) A detailed breakout of all pricing for the requested Workshops (See attached Cost Breakout Sheet); NOTE: If a contractor does not submit the required information requested above, their proposal may not be considered for award and determined technically unacceptable. (X) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://orca.bpn.gov/. (XI) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. (XII) The following clauses in their latest editions apply to this acquisition: FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.213-1, Fast Payment Procedure 52.203-6, Restrictions on Subcontractor Sales to the Government--Alternate I 52.204-16, Commercial and Government Entity Code Reporting. 52.204-18, Commercial and Government Entity Code Maintenance. 52.204-22, Alternative Line Item Proposal 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations. 52.212-4, Contract Terms and Conditions-Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1, Changes-Fixed Price 52.252-2, Clauses Incorporated by Reference 52.252-4, Alterations in Contract 52.252-5, Authorized Deviations in Provisions 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials. 252.203-7994, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2017-O0001) (NOV 2016) 252.203-7995, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2017-O0001) (NOV 2016) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support. 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. 252.212-7001 (deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.225-7000, Buy American-Balance of Payments Program Certificate. 252.225-7031, Secondary Arab Boycott of Israel. 252.225-7048, Export-Controlled Items. 252.232-7006, Wide Area WorkFlow Payment Instructions. 252.244-7000, Subcontracts for Commercial Items. 252-247-7023, Transportation of Supplies by Sea. (XIII) The following additional provisions are incorporated by reference: 52.214-31, Facsimile Bids 52.219-1 Alt 1, Small Business Program Representations 52.225-2, Buy American Act Certificate 52.252-1, Solicitation Provisions Incorporated by Reference (XIV) N/A. (XV) All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: http://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. All answers (on a non-attribution basis) will be posted on the acquisition. http://www.FBO.gov. They will be contained in the in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than, 2:00 PM EST, 16 July 2018. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing by the Contracting Officer. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in SAMs (https://www.sam.gov/). (XVI) All Offers are due no later than (NLT) 1 PM EST 19 July, 2018. All responsible sources that submit an offer, if timely received, shall be considered by the agency. All offers will be submitted/accepted by email at jeffrey.j.earle.mil@mail.mil; willie.c.weatherspoon.mil@mail.mil; and ng.dc.dcarng.mbx.pc-requirement-request@mail.mil. Point of Contact for this solicitation is SMSgt Jeffrey J. Earle at (202) 433-7430 or (240) 857-0075. Please Provide the Following: 1. Tax Identification Number: _____________________ 2. Company Registered in WAWF (Wide Area Workflow):_______________ If Not, Please register at https://wawf.eb.mil 3. Company Registered In System for Award Management (SAM):_______________ If Yes, What Is Your DUNS# and/or Cage Code: _______________ 4. Company Considered a Small or a Large Business under the NAICS Code of 721110. ______ 5. Company Name and Address: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Company Point of Contact: _______________________________________________________ Company Telephone: __________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49/W912R1-18-T-0004/listing.html)
 
Place of Performance
Address: 180 miles of the DCNG Armory 2001 East Capitol St, Washington, District of Columbia, 20001, United States
Zip Code: 20001
 
Record
SN04991867-W 20180715/180713231139-dd63af805963c3af65f27604c9460889 (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.