Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2020 SAM #6650
SOLICITATION NOTICE

X -- IAARNG 1-133 IN Yellow Ribbon Event (Waterloo, IA)

Notice Date
2/11/2020 6:11:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
72111 —
 
Contracting Office
W7M8 USPFO ACTIVITY IA ARNG JOHNSTON IA 50131 USA
 
ZIP Code
50131
 
Solicitation Number
W912LP-20-Q-4004
 
Response Due
2/28/2020 9:00:00 AM
 
Archive Date
03/14/2020
 
Point of Contact
Megan Kaszinski, Phone: 5152524498, Tracy C. Miller, Phone: 5152524616
 
E-Mail Address
megan.r.kaszinski.mil@mail.mil, tracy.c.miller11.mil@mail.mil
(megan.r.kaszinski.mil@mail.mil, tracy.c.miller11.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Iowa Army National Guard 1-133 IN Yellow Ribbon Event Waterloo, Iowa Area 03-04 April 2020 This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued.� This solicitation, W912LP-20-Q-4004, is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04, effective 15 Jan 2020. This procurement is 100% small business set aside. The NAICS code is 721110 and the small business size standard is $32.5 million. Basis for award is Price. The following commercial services are requested in this solicitation:� Contractor shall provide lodging rooms, meeting spaces, and meals in accordance with Attachment #1 Performance Work Statement (PWS). Period of Performance: 03-04 April 2020. Contract line item numbers (CLINs) and quantities are as follows: CLIN 0001: Lodging, Quantity/Unit of Issue: 60 Job (Job = room night) CLIN 0002: Registration Area, Quantity/Unit of Issue: 1 Job CLIN 0003: Resource Area, Quantity/Unit of Issue: 1 Job CLIN 0004: General Session Room, Quantity/Unit of Issue: 1 Job CLIN 0005: Breakout Rooms, Quantity/Unit of Issue: 4 Job CLIN 0006: Child & Youth Room, Quantity/Unit of Issue: 1 Job CLIN 0007: Childcare Room, Quantity/Unit of Issue: 1 Job CLIN 0008: All day Coffee and Water Replenishment: 1 Job CLIN 0009: Breakfast, Quantity/Unit of Issue: 700 job (Job = meal) CLIN 0010: Lunch, Quantity/Unit of Issue: 600 job (Job = meal) CLIN 0011: Children�s Lunch, Quantity/Unit of Issue: 100 Job (job = meal) CLIN 0012: Parking passes (if applicable), Quantity/Unit of Issue:� 600 Job CLIN 0013: Contractor Manpower Reporting (CMR), Quantity/Unit of Issue: 1 Job *Unless already noted, Job=each Lodging prices shall be firm fixed price (FFP) and inclusive of room rental and applicable service fees. Meal prices shall be FFP and inclusive of food, beverages, and service fees required to provide the meals as described in the PWS.� The Government is exempt from Iowa Sales Tax and Hotel/Motel Taxes. The following provisions are incorporated into this solicitation by reference: FAR 52.212-1 (DEV), Instructions to Offerors � Commercial Items DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls The following clauses are incorporated into this solicitation by reference: FAR 52.212-4, Contract Terms and Conditions � Commercial Items FAR 52.219-6 (DEV), Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text.� The full text is found in Attachment #2. Contractor shall complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, Alternate I FAR 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials The following clauses are incorporated by full text.� The full text is found in Attachment #2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Service Contract Labor Standards (formerly Service Contract Act) does not apply to this acquisition. Submission Requirements: The contractor shall provide a proposal on company letterhead and a completed Attachment #3,�Contractor Information and Pricing Schedule. Questions regarding this solicitation may be submitted to Mrs. Megan Kaszinski, Contract Specialist to the email address provided below. Questions shall be submitted no later than 11:00 a.m. local (central) time on 21 Feb 2020. Questions and Answers (Q&A) will be consolidated and posted to Contracting Opportunities on a non-attribution basis. The final Q&A will be posted no later than 3:00 p.m. on 26 Feb 2020.� Proposals are due by 11:00 a.m. local (central) time on 28 Feb 2020. Electronic proposals are preferred, and may be submitted via email to Mrs. Megan Kaszinski, megan.r.kaszinski.mil@mail.mil. Hard copy proposals may be mailed to USPFO for Iowa, Purchasing and Contracting (P&C), Camp Dodge, ATTN: Mrs. Megan Kaszinski, 7105 NW 70th Avenue, Bldg 3475, Johnston, Iowa, 50131-1824, using a trackable delivery method. Facsimile proposals will not be accepted.� Regardless of how proposals are sent, the contractor is responsible for ensuring that they are received in the USPFO P&C Office by the due date/time.� Attachments: #1 � Performance Work Statement (PWS) #2 � Full Text Provisions and Clauses #3 � Contractor Information and Pricing Schedule
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5f904421b78a4526ba8db482530b497f/view)
 
Place of Performance
Address: Waterloo, IA 50702, USA
Zip Code: 50702
Country: USA
 
Record
SN05557739-F 20200213/200211230152 (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 |
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.