Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2019 FBO #6497
SOLICITATION NOTICE

V -- Strong Bonds Event - September - Statement of Work

Notice Date
9/7/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO WI 128 MSC, 1919 E GRANGE AVE, MILWAUKEE, Wisconsin, 53207-6104, United States
 
ZIP Code
53207-6104
 
Solicitation Number
W912J219Q5019
 
Archive Date
9/26/2019
 
Point of Contact
Kristin Zahn, Phone: 4149448517
 
E-Mail Address
kristin.n.zahn.mil@mail.mil
(kristin.n.zahn.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Proposal spreadsheet SOW (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 W912J2-19-Q-5019 is issued as a Request for Quotation (RFQ). (iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05, effective 13 Aug 19, and Defense Acquisition Circular, effective 9 Aug 19. (iv) This RFQ is solicited as 100% Small Business Set-Aside. The NAICS code is 721110 with a small business size standard of $32.5 million. (v) The Wisconsin Air National Guard is seeking a venue for the following dates: CLIN 0001 September 17-18 2019 CLIN 0002 September 24-27 2019 (vi) Description of requirement: The WI Air National Guard is hosting a Strong Bonds event for Individuals. Seeking venues Downtown Milwaukee only. See attached Statement of Work (SOW). (vii) A firm fixed price contract is anticipated. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (DEVIATION 2018-O0013), applies to this acquisition. Instructions to Offerors: 1. Quotes in response to this solicitation must include the Offeror's CAGE Code or DUNS Number. 2. Quotes must be valid through September 30, 2019. 3. Provide pricing on attached spreadsheet. 4. Must be able to support both sets of dates. (ix) Basis for Contract Award: This is a competitive award determined by lowest price that meets the requirement specifications, and is conducted in accordance with (IAW) Federal Acquisition Regulation (FAR) Parts 12 and 13. By submission of its quote IAW the instructions provided in clause FAR 52.212-1, Instructions to Offerors - Commercial Items, the quoter accedes to all solicitation requirements, including terms and conditions and representations and certification. Failure to meet a requirement may result in a quote being determined unacceptable. Evaluation will be based on lowest price technically acceptable. Technical acceptability includes: 1. Conformance to the Statement of Work, and 2. A site visit by the Strong Bonds coordinator and other interested parties to assess the safety, comfort, health, and cleanliness of the facility; which will be rated as either acceptable or unacceptable. (x) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with a quote, or be currently registered in the SAM website with Representations and Certifications completed. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii. (xiii) The following additional agreement requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition: In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at http://farsite.hill.af.mil. 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-1 Small Business Program Representations 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 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 52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Unique Identification and Valuation 252.225-7000 Buy American 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes must be received no later than the time and date indicated on this RFQ. Package must be emailed to kristin.n.zahn.mil@mail.mil. It is your responsibility to make sure your quote is received. (xvi) All questions shall be in writing. Questions shall be emailed to MSgt Kristin Zahn at kristin.n.zahn.mil@mail.mil. Questions not received within a reasonable time prior to the response date may not be answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/695c6f33e9d0db6fd24ab0596cd98f06)
 
Record
SN05435551-W 20190909/190907230101-695c6f33e9d0db6fd24ab0596cd98f06 (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.