SOLICITATION NOTICE
V -- NVANG Strong Bonds Event Northern NV
- Notice Date
- 4/8/2020 8:00:22 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- W7NM USPFO ACTIVITY NVANG 152 RENO NV 89501-4494 USA
- ZIP Code
- 89501-4494
- Solicitation Number
- W50S8C-20-Q-0006
- Response Due
- 4/24/2020 1:00:00 PM
- Archive Date
- 05/09/2020
- Point of Contact
- Alex T. Norris, Phone: 7757884663, Patrick Mally, Phone: 7757884662
- E-Mail Address
-
alex.t.norris.mil@mail.mil, patrick.j.mally.civ@mail.mil
(alex.t.norris.mil@mail.mil, patrick.j.mally.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1. 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 written solicitation will not be issued. 2. This solicitation is being issued as a(n) Request For Quotation (RFQ). 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisiton Circular�2020-05 , Defense Federal Regulation Public Notice 20200324 , and Army Federal Acquisition Circular Revision #28, 1 May 2019.�The North American Industry Size Classification System (NAICS) code associated with this requirement is 721110. 4. This requirement is solicited under, Total small-business set-aside , will be used in accordance with FAR 19.000(b). Description: The Nevada Air National Guard (NVANG) has requirement for a Strong Bonds Training Event, which includes providing lodging,�meeting facilities, meals and beverage service to� accommodate 3 support staff and 25 military couples or approximately 53 attendees.�The contractor shall provide fully furnished lodging, dining and meeting facilities, which may include some audio visual, and internet�support, as defined in this PWS. The Period of Performance shall be one designated weekend (Friday, Saturday, Sunday) between the�dates of award 1 May - 30 June 2020. Federal sales tax exempt. See attachment 1 - Performance Work Statement (PWS) for the full�requirement to be performed and minimum standards. See attachment 4 - Wage Determination for standard rates. Event cannot be held during the following weekends due to military operations: May 2-3 2020, June 6-7 2020 and June 13-14 2020 Due to the COVID-19 pandemic across the nation and in Nevada. If the designated weekend from the awardee is effected in any�fashion, the designated event shall be able to change to another designated weekend at the awarded amount to accommodate with the�changing environments during this pandemic. Place of Delivery/Performance/Acceptance/FOB Point: F.O.B. Destination; Performance shall be at contracted quarters within 60 miles from the Nevada Air National Guard base located at�1776 National Guard Way Reno NV 89502. Line Item Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Quantity� � � � � �Unit of Measure 0001 Strong Bonds Event Northern NV - IAW PWS.� � � � � � � � � �1� � � � � � � � � � � � � � �Job 0002 Contract Manpower Reporting (eCMRA) Base� � � � � � � � � 1� � � � � � � � � � � � � � �Job Instructions to Offerors FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the�following addendum is provided for this solicitation and hereby amends any language therein: 1. Quotes in response to this solicitation must be submitted no later than 24 April 2020 at 1:00 PM PST. Quotes must be submitted via�email to alex.t.norris.mil@mail.mil. 2. All price quotations must be submitted on Attachment 2 - Quote Sheet or alternative versions with all required info, and it must be�filled in entirely; all technical submissions must be submitted on a separate document and no longer than 5 pages single sided. Submit�one (1) copy of any subcontracts or agreements where third party are concerned. One (1) copy of the completed Attachment 3, FAR�52.222-52 Certification. Evaluation Criteria FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. As prescribed in FAR 12.301(c), the following�addendum is provided for this solicitation and hereby amends any language therein: (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: TECHNICAL CAPABILITY - Technical submission or any of the subcontracts/agreements where third party is concerned clearly�identify the capability of providing the required amount of furnished lodging, dining and meeting facilities, which may include some�audio visual, and internet support, as defined in this PWS. The capability shall include the designated weekend of choice for the�weekend within the timeframe provided with the procedures/plans for member registration. Quotations that do not meet this�requirement will be considered unacceptable and therefore under the evaluation process will not be considered for award. The submitted quote designated weekend cannot be on the following weekends due to military operations: May 2-3 2020, June 6-7�2020 and June 13-14 2020. The submitted quote should indicate acknowledgment of the following: ""Due to the COVID-19 pandemic across the nation and in�Nevada. If the designated weekend from the awardee is effected in any fashion, the designated event shall be able to change to�another designated weekend at the awarded amount to accommodate with the changing environments during this pandemic."" PRICE - Price will be evaluated on a comparative basis amongst all received quotations, the Government's estimate and the�completed FAR 52.222-52 Certification. Evaluation of price will consider the total of the prices, as the sum of the prices of all�contract line items (CLINs). Each CLIN price will be evaluated as the quantity multiplied by the unit price, rounded to the nearest�cent. (b) The Government intends to make an award without conducting communications. However, the Government reserves the right to�enter into communications with some, all or none of the vendors regarding their quote at any time during the evaluation if deemed in�the best interest of the Government. Clauses and Provisions FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition;�the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at FAR�52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are�current, accurate, complete, and applicable to this solicitation. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items�applies to this acquisition; the following checked clauses are hereby included by reference: ? 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, Equal Opportunity for Workers with Disabilities ? 52.222-50, Combating Trafficking 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--System for Award Management The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and�consistent with customary commercial practices. The following provisions and clauses are hereby included by reference: 52.203-18, Prohibition on Contracting With Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-21, Basic Safeguarding of Covered Contractor Information 52.204-22, Alternative Line Item Proposal 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other�Covered Entities 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26, Covered Telecommunications Equipment or Services - Representation 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for�Debarment 52.209-7, Systems Information Regarding Responsibility Matters 52.219-6 (Dev), Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-41, Service Contract Labor Standards 52.222-52, Exemption from Application of the Services Contract Labor Standards to Contracts for Certain Services--Certification 52.222-53, Exemption from Application of the Services Contract Labor Standards to Contracts for Certain Services--Requirements 52.222-55, Minimum Wages Under Executive Order 13658 52.222-62, Paid Sick Leave Under Executive Order 13706 52.232-39, Unenforceability of Unauthorized Obligations 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 52.242-15, Stop-Word Order 52.243-1, Changes--Fixed Price 52.249-1, Termination For Convenience Of The Government (Fixed Price) (Short Form) 52.252-1, Solicitation Provisions Clauses incorporated by Reference 52.252-2, Clauses incorporated by Reference 52.252-5, Authorized Deviations in Provisions 52.252-6, Authorized Deviations in Clauses 252.201-7000, Contracting Officer's Representative 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 252.204-7000, Disclosure of Information 252.204-7003, Control Of Government Personnel Work Product 252.204-7006, Billing Instructions 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 252.204-7016, Covered Defense Telecommunications Equipment or Services - Representation 252.204-7017, Prohibition on Acquisitions of Covered Telecommunications Equipment or Services - Representation 252.204-7018, Prohibition on Acquisitions of Covered Telecommunications Equipment or Services 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7007, Notice of Intent to Resolicit 252.225-7051, Prohibition on Acquisition of Certain Foreign Commercial Satellite Services 252.225-7974(Dev), Representation Regarding Business Operations with the Maduro Regime (Deviation 2020-O0005) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001, Pricing Of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 52.222-42 Statement for Equivalent rates for Federal Hires In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this�clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class: 11000-General Services and Support Occupations plus Fringe Benefits 7404 General Food Preparation and Serving Series, Cook plus Fringe Benefits 7408 General Food Preparation and Serving Series, Food Service Worker plus Fringe Benefits (End of clause) Attachments Attachment 1 - Performance Work Statement Attachment 2 - Quote Sheet Attachment 3 - FAR 52.222-52 Certification Attachment 4 - Wage Determination
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/32cbd3ce87db4ba9a702f43ff0b02cf2/view)
- Place of Performance
- Address: NV 89502, USA
- Zip Code: 89502
- Country: USA
- Zip Code: 89502
- Record
- SN05614365-F 20200410/200408230154 (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 |