Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2022 SAM #7468
SOLICITATION NOTICE

V -- Yellow Ribbon Event - Madison or Wisconsin Dells Areas in Wisconsin

Notice Date
5/10/2022 5:11:11 AM
 
Notice Type
Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7N8 USPFO ACTIVITY WIANG 115 MADISON WI 53704-2591 USA
 
ZIP Code
53704-2591
 
Solicitation Number
W50S9F-22-Q-0012
 
Response Due
5/24/2022 9:00:00 AM
 
Archive Date
06/08/2022
 
Point of Contact
Scott Homner, Phone: 6082454757
 
E-Mail Address
scott.homner@us.af.mil
(scott.homner@us.af.mil)
 
Description
(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; quotes are being requested and a written solicitation will not be issued. FAR Part 13 procedures will be utilized. (ii) Solicitation W50S9F-22-Q-0012 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 2022-06, effective 1 May 2022, and Defense Acquisition Circular DPN 20220428, effective 30 November 2021. (iv) This RFQ is solicited as Full and Open Competition. The NAICS code is 721110 with a small business size standard of $35.0M. (v & vi) The Wisconsin Air National Guard (WIANG), will conduct a Yellow Ribbon Reintegration Program (YRRP) event on Saturday, 23 July 2022. The WIANG seeks a family-friendly facility in Wisconsin Dells or Madison, WI, or in directly adjacent areas, to provide conference space, meeting rooms, childcare rooms, audio-visual equipment, meals, snacks and lodging for the event. The Government estimates 285 attendees and 30 children. See the Purchase Description for complete event requirements. A summary of event requirements, and anticipated CLINS, are available on the Pricing Sheet. (vii) Delivery schedule shall be 23 July 2022 for the event, with set-up to begin on 22 July 2022. (viii) The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is not included in this solicitation. The Government intends to award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation is most advantageous to the Government. Determination of best value will include an evaluation of price, past performance, and technical. Technical acceptability includes: Conformance to the Purchase Description. An assessment by the Yellow Ribbon Coordinator and other interested parties to validate the safety, comfort, health, cleanliness and suitability of the facility. This may require a site visit prior to award. A firm fixed price contract award is anticipated. (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: This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Governments intent to make award. This is not a commitment of funds or contract award. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using Wide Area Workflow�(WAWF). The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at https://www.acquisition.gov/ All applicable provisions and clauses are attached to his solicitation. (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. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received. Instructions to Offerors: 1. Quotes in response to this solicitation MUST include: a. A copy of the completed �Pricing Sheet�. Your pricing schedule must clearly annotate pricing. If an item is not available, is not included in your quote, or is not exactly as described in the Purchase Description, it must be clearly annotated on the pricing schedule. Unit prices shall include all applicable fees, to include any nonexempt taxes. The pricing worksheet must include complete pricing information. Lines may be added as necessary. Any deviation from the Purchase Description must be noted. b. The Offeror�s UEI (Unique Entity Identifier). c. A copy of the representation at FAR 52.204-26, or have completed the representation in the vendors SAM profile. 2. Quotes must be valid until 22 July 2022. 3. All contractors shall be fully registered in the System for Award Management (SAM) at the time a quote is submitted to the government. Offerors shall ensure SAM registration is active. 4. It is the interested Offeror�s responsibility to check Contract Opportunities on SAM.gov for updated information. (xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered. _____________________________________________________________________________________ Questions and answers: 10 May 2022 Q: For venues that do not have attached hotels or have limited capability, is it acceptable to offer event space separated from the lodging location? If yes, how far is it allowed between meeting location and lodging location? A: While lodging on-site at the venue is preferred, the Government will consider off-site lodging within a reasonable distance. Off-site lodging within walking distance of the venue is preferred over lodging that will require attendees to drive. This will be evaluated by the Government when determining best value.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b799d626e0d14f508ab33e9449db5254/view)
 
Place of Performance
Address: Madison, WI 53704, USA
Zip Code: 53704
Country: USA
 
Record
SN06322452-F 20220512/220510230053 (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.