SOLICITATION NOTICE
V -- Yellow Ribbon
- Notice Date
- 2/4/2020 4:36:53 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- W7ND USPFO ACTIVITY MD ARNG HAVRE DE GRACE MD 21078-4094 USA
- ZIP Code
- 21078-4094
- Solicitation Number
- W912K6-20-Q-0028
- Response Due
- 2/12/2020 7:00:00 AM
- Archive Date
- 02/27/2020
- Point of Contact
- Frank J. Harris, Phone: 4109428475
- E-Mail Address
-
ng.md.mdarng.list.uspfo-arpc@mail.mil
(ng.md.mdarng.list.uspfo-arpc@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- �UNITED STATES PROPERTY AND FISCAL OFFICE� �MARYLAND ARMY NATIONAL GUARD �SOLDIER & FAMILY SUPPORT SERVICES SOLICITATION NUMBER: W912K6-20-Q-0028 SOLICITATION CLOSES: 12 FEBRUARY 2020� 10:00 AM est. ANTICIPATED CONTRACT TYPE: FIRM FIXED PRICE CONTRACT SET-ASIDE: 100% TOTAL SMALL BUSNESS SET ASIDE 1.0 Combined Synopsis. This is a combined synopsis solicitation for commercial items prepared in accordance with 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 separate written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP). This acquisition is utilizing NAICS code 721110 Hotels (except Casino Hotels) and Motels, with the small business size standard $32,500,000. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232?18, Availability of Funds Contract Type and Evaluation Criteria: A. Eligibility for Award. Offerors must have an active registration in the System for Award Management (SAM) at https://www.sam.gov as of the effective date of award to be eligible for award. B. Evaluation. Award shall be made on the basis of Lowest Price most advantageous to the government. The Contractor�s offer shall demonstrate that they will meet or exceed the requirements stated in the Statement of Work. Issuance of award shall be made on the basis of the competitive price offered by a contractor that is most advantageous to the Government, the ability to service the location of the requirement, and the capability to fulfill the requirement by date and quantities requested. C. Electronic Invoicing through Wide Area Workflow (WAWF). To meet compliance with DFARS 252.232-7003, Electronic Submission of Payment Requests, all Contractors must submit requests for payment (invoices) through WAWF. Additional information and registration for WAWF can be completed online at https://wawf.eb.mil. Payment will be made by DFAS office designated in the award. All payments will be made by electronic transfer of funds (EFT). The Government will make payment through WAWF upon satisfactory completion of work and the receipt of a proper certification for payment. D. Terms of Award. See attached Statement of Work. 2.0 Submission of Proposals. The Government anticipates making award without discussions, therefore, Offeror should submit their best and final offer to include all cost. The Contractor must ensure that all components of their pricing and technical proposal are included in their submission. The Government reserves the right to make an award solely on initial proposals received. Offerors bear the burden of ensuring that proposals (and any authorized amendments and samples) reach the designated office on time and should allow a reasonable time for e-mail transmissions to be completed. All pages of the proposal must reach the office before the deadline specified in this solicitation. The Contractor bears the risk of non-receipt of mailed or electronically transmitted proposals and should confirm receipt. Late or incomplete proposals will not be considered. Offerors will need to ensure that they complete and submit the following attached documents as part of their proposals. Any offer received that is not complete and does not include the attachments will be deemed as non-responsive and will not be considered for award: 1.�������� Pricing Sheet (Line Pricing and Totals) 2.�������� Response from vendor Point of contact information with DUNS number, Cage code, Tax ID number name and location of hotel. Must be within 5 miles of Ellicott City, MD. 21042 Acceptance Criteria:� All rooms will be in a FEMA approved hotel/motel for federal lodging, and the room rates should be at or below the Government/Military rates. Check-in will be the first date and checkout the last dates listed on the SOW. The hotel must be in compliance with the Hotel & Motel Fire Safety Act of 1990. https://www.gsa.gov/travel/plan- book/per-diem-rates/fire-safe-hotels. Hotel must be within 5 miles of Ellicott City, MD. 21042 Childcare will be solicited separately.� 3.0 Deadline for Submission of Proposals and Questions. All questions must be addressed in writing by email NLT 5 February 2020 at 11:00 pm.EST� W912K6-20-Q-0028 Yellow Ribbon in subject line. Questions and proposals shall be emailed to ng.md.mdarng.list.uspfoarpc@mail.mil.�� Submission of quotes are due NLT 12 February 2020 at 10:00 AM EST by email.�� � Date: 22 February 2020- POST HOA 11 �� ����Number of People: 30 ������ Lodging: Estimate of 5 ������ Check in: 21 February 2020 ������ Check out: 22 February 2020 ������ Meals: 25 Adult breakfast, 25 Adult lunch, 5 children breakfast, 5 children lunch�� ������ Audio:� yes 2 projector screen, 2 projectors. One projector screen in main room. One projector screen in������ ����������������children room ������ Meeting Space: �2, (1) meeting room that can hold 25 One (1) meeting room that can hold 5 ������ General Area: For 20 Resource tables ��� ���Parking: Must be included in the contract (b)� Date: 07 March 2020- POST 244TH ENGINEERS �� ����Number of People: 340 ������ Lodging: Estimate of 35 ������ Check in: 06 March 2020 ������ Check out: 07 March 2020 ������ Meals: 300 Adult breakfast, 300 Adult lunch, 40 children breakfast, 40 children lunch�� ������ Audio:� yes 2 projector screen, 2 projectors. One projector and projector screen in main room. One projector������ and projector screen in children room. One projector screen in the breakout the room ������ Meeting Space: �3, (1) meeting room that can hold 300 One (1) meeting room that can hold 100 One (1) meeting room that is an open space that can hold 40 people ������ General Area: For 20 Resource tables ��� ���Parking: Must be included in the contract (c)� Date: 09 May 2020 -� POST 641 DET 2 �� ����Number of People: 35 ������ Lodging: Estimate of 5 ������ Check in: 08 May 2020 ������ Check out: 09 May 2020 ������ Meals: 25 Adult breakfast, 25 Adult lunch, 10 children breakfast, 10 children lunch � ������ Audio:� yes 2 projector screen. One projector screen in main room. One projector screen in children room ������ Meeting Space: �2, (1) meeting room that can hold 10 adult One (1) meeting room that can hold 5 children� ������ General Area: For 20 Resource tables ��� ���Parking: Must be included in the contract (d)� Date: 16 May 2020- PRE HOA 13 �� ����Number of People: 35 ������ Lodging: Estimate of 5 ������ Check in: 15 May 2020 ������ Check out: 16 May 2020 ������ Meals: 25 Adult breakfast, 25 Adult lunch, 10 children breakfast, 10 children lunch�� ������ ���� �Audio:� yes 2 projector screen. One projector screen in main room. One projector screen in children room ����� Meeting Space: �2, (1) meeting room that can hold 25 people One (1) meeting room that can hold 5 people������ ����� General Area: For 20 Resource tables ��� ��Parking: Must be included in the contract (e) Date: 20 June 2020- PRE 29TH MP CO �� ����Number of People: 75 ������ Lodging: Estimate of 15 ������ Check in: 19 June 2020 ������ Check out: 20 June 2020 ������ Meals: 60 Adult breakfast, 60 Adult lunch, 15 children breakfast, 15 children lunch�� ������ Audio:� yes 2 projector screen, One projector in main room. One in children room ������ Meeting Space: �2, (1) meeting room that can hold 60 One (1) meeting room that can hold 15� ������ General Area: For 20 Resource tables ��� ���Parking: Must be included in the contract (f)� Date: 27 June 2020- DURING 729TH �� ����Number of People: 165 ������ Lodging: Estimate of 40 ������ Check in: 26 June 2020 ������ Check out: 27 June 2020 ������ Meals: 120 Adult breakfast, 120 Adult lunch, 45 children breakfast, 45 children lunch�� ������ Audio:� yes 2 projector screen, 2 projectors. One projector and projector screen in main room. One projector and projector screen in children room ������ Meeting Space: �2, (1) meeting room that can hold 120 One (1) meeting room that can hold 20 One�������������� General Area: For 20 Resource tables ��� ���Parking: Must be included in the contract (g)� Date: 18-19 July 2020-� PRE SOD-O �� ����Number of People: 95 ������ Lodging: Estimate of 20 ������ Check in: 17 June 2020 ������ Check out: 19 June 2020 ������ Meals: 80 Adult breakfast, 80 Adult lunch, 15 children breakfast, 15 children lunch�� ������ Audio:� yes 3 projector screen, 3 projectors. One projector in main room. One projector in breakout room One in children room ������ Meeting Space: �3, (1) meeting room that can hold 80 One (1) meeting room that can hold 15 One (1) meeting room that is an open space that can hold 40 people ������ General Area: For 20 Resource tables ��� ���Parking: Must be included in the contract (h)� Date: 01-Aug 2020 -�� DURING 169THCYBER �� ����Number of People: 80 ������ Lodging: Estimate of 20 ������ Check in: 31 July 2020 ������ Check out: 01 Aug 2020 ��� ���Meals: 65 Adult breakfast, 65 Adult lunch, 15 children breakfast, 15 children lunch�� ������ Audio:� yes 2 projector screen, 2 projectors. One projector in main room. One in children room ������ Meeting Space: �2, (1) meeting room that can hold 65 One (1) meeting room that can hold 15������ ����� General Area: For 20 Resource tables ��� ���Parking: Must be included in the contract (i)� Date: 12 Sept 2020 -� DURING 58TH EMIB �� ����Number of People: 195 ������ Lodging: Estimate of 40 ������ Check in: 11 Sept 2020 ������ Check out: 12 September 2020��� ��� ���Meals: 140 Adult breakfast, 140 Adult lunch, 55 children breakfast, 55 children lunch�� ������ Audio:� yes 3 projector screen, 3 projectors. One projector and projector screen in main room. One projector and projector screen in the breakout room and one projector and projector screen in children room ������ Meeting Space: �3, (1) meeting room that can hold 100 One (1) meeting room that can hold 60 One (1) meeting room for children that can hold 30 ������ General Area: For 20 Resource tables ��� ���Parking: Must be included in the contract Applicable Clauses/Regulations: 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on technical acceptability and price. FAR 52.212-3, Offeror Representations and Certifications Commercial items applies to the Request for Quotation and offeror must include a completed copy of this provision with their Quote or indicate (with DUNS Number) that current information is available on the federal government website SAM (https://www.sam.gov/).� The full text of these clauses and provisions may be assessed electronically at the website http://farsite.hill.af.mil. Prospective contractors must be registered in the System for Award Management (SAM) prior to award of a government contract. Offeror must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.232?18, Availability of Funds 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation on First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-����������������������� Commercial applies to this acquisition 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-Aside Orders 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 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 52.225-18, Place of Manufacture 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations 52.232-33, Payment by Electronic Funds Transfer 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. 52.246-16, Responsibility for Supplies 52.247-34, F.O.B. Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representations Relating to Compensation for Former DOD Officials 252.204-7004 Alt A, System for Award Management applies to this acquisition 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.225-7001, Buy American and Balance of Payments Program 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payment 252.247-7023, Transportation of Supplies by Sea CLAUSES INCORPORATED BY FULL TEXT ����� 52.252-2 ������ CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) ����� 52.252-6 ����� AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause) 52.211-16���� VARIATION IN QUANTITY (APR 1984) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) below. The permissible variation shall be limited to:� 10 Percent increase 10 Percent decrease This increase or decrease shall apply to substitutions impacting original quantity not to exceed $200.00.� (End of clause) �52.212-5���� CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS�COMMERCIAL ITEMS� (DEVIATION 2013-O0019) (JAN 2018) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor�s directly pertinent records involving transactions related to this contract. The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)� (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause� (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. 52.222-21, Prohibition of Segregated Facilities (Apr 2015). � 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). ___� �(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). �___� �(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) 52.222-54, Employment Eligibility Verification (Oct 2015). 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 252.232-7006 Wide Area Workflow Payment Instructions �(a) Definitions. As used in this clause� �Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. �Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. �Payment request� and �receiving report� are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b)��������� Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c)���������� WAWF access. To access WAWF, the Contractor shall� (1)��������� Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2)��������� Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d)��������� WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at https://wawf.eb.mil/. (e)��������� WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f)���������� WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/46f23b1e67fd40079a67433b01a2062f/view)
- Place of Performance
- Address: Ellicott City, MD 21041, USA
- Zip Code: 21041
- Country: USA
- Zip Code: 21041
- Record
- SN05551415-F 20200206/200204230136 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |