SOLICITATION NOTICE
R -- 104th Strong Bond Events
- Notice Date
- 6/24/2022 6:37:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561920
— Convention and Trade Show Organizers
- Contracting Office
- W7NE USPFO ACTIVITY MAANG 104 WESTFIELD MA 01085-1482 USA
- ZIP Code
- 01085-1482
- Solicitation Number
- W50S81-22-Q-0003
- Response Due
- 7/8/2022 11:00:00 AM
- Archive Date
- 07/23/2022
- Point of Contact
- Sarah Sinclair, Phone: 4135642796, Kyle Kiepke, Phone: 4135642796
- E-Mail Address
-
104.FW.MSC@us.af.mil, 104.FW.MSC@us.af.mil
(104.FW.MSC@us.af.mil, 104.FW.MSC@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (i) This is a combined synopsis/solicitation?for?commercial products?or?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; proposals are being requested and a written?solicitation?will not be issued.� (ii) W50S81-22-Q-0003 is issued as a request for quotation (RFQ).� (iii) This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2022-04.� (iv) This requirement is set-aside for small business under NAICS 561920 and the size standard is $12 Million. The PSC is R499.� (v) Contract line item numbers (CLIN):� CLIN 0001 - QTY 1 - UNIT OF ISSUE JOB � CONFERENCE SPACE REQUIREMENTS � AUG 2022, Per PWS��� CLIN 0002 � QTY 1 � UNIT OF ISSUE JOB � LODGING� AUG 2022, Per PWS CLIN 0003 � QTY 1 � UNIT OF ISSUE JOB� SUBSISTENCE REQUIREMENTS � AUG 2022, Per PWS ������������Breakfast��90 EA ������������Lunch 90 EA ������������Dinner 90 EA ������������Snack 90 EA CLIN 0004 - QTY 1 - UNIT OF ISSUE JOB � CONFERENCE SPACE REQUIREMENTS � SEP 2022, Per PWS��� CLIN 0005 � QTY 1 � UNIT OF ISSUE JOB � LODGING� SEP 2022, Per PWS CLIN 0006 � QTY 1 � UNIT OF ISSUE JOB� SUBSISTENCE REQUIREMENTS � SEP 2022, Per PWS ������Breakfast��50 EA ������Lunch 50 EA ������Dinner 50 EA ������Snack 50 EA (vi) See attached performance work statement, dated 21 June 2022, for description and specifications of requirements. � (vii) The anticipated Period of Performances for this contract will start 26 August 2022 through 18 September 2022 at a location to be determined by the contractor.� Quotations shall include a price for each CLIN CLIN 0001 through 0003 is one event proposed to be held 26 � 28 August 2022. CLIN 0004 through 0006 is a second event proposed to be held 16 -18 September 2022. Events are to be held within the driving distance as defined in the Performance Work Statement, PWS. (viii) The provision at FAR 52.212-1, Instructions to Offerors � Commercial Products and Services, applies to this acquisition and addendum 52.212-1 applies. ***Addendum to FAR 52.212-1*** The Offeror shall submit in addition to the item(s) a narrative, or other documentation that describes its proposed approach to meet the performance requirements as outlined on the PWS paragraph 5 to include. The Offeror shall provide the proposed event location, to include physical address of the event. The Offeror shall provide the proposed rooms/room set up, as required in paragraph 5 of the PWS.��The Offeror must also describe the location of these rooms in proximity to one another and to parking facilities, facility amenities.���The Offeror shall provide pictures, illustration of the proposed event location. � The Offeror shall provide a descriptive menu for each day, to include any complementary items with serving times and locations. The Offeror shall provide a proposed date, for each of the events. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), applies to this acquisition:�� (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:� BASIS FOR AWARD: The Contracting Officer may only award a contract to a responsive, responsible Offeror whose proposal conforms to the requirements of this solicitation and offers the best overall value to the Government. Any Offeror's proposal that merely offers to perform work according to the terms of the solicitation or fails to present more than a statement indicating its capability to comply with the terms without support and elaboration as specified in the instructions will be rendered non-responsive. The evaluation shall be conducted utilizing Simplified Acquisition Procedures. In accordance with FAR 13.106-2(b)(3), formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required. The Contracting Officer intends to conduct comparative evaluations of offers. The Government also intends to evaluate responses and award without discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Factors that shall be used to determine Best Value are Technical and Price Non-price factors are approximately equal in importance as price. As such, the Government may award to other than the lowest price or most highly evaluated technical proposal. These factors are further described below: Technical: The Government will evaluate the Offeror�s proposed event location for conformance with the PWS driving distance.� The Government will evaluate the Offeror�s proposed event location for conformance to, and appropriateness for, the requirements described in section 5 of the PWS. The Government will evaluate higher the extent to which the venue is within required driving distance. The Government will comparatively assess the aesthetics of the proposed meeting spaces. The Government shall evaluate lower facilities that have distracting or garish d�cor or rooms that have features that would detract from effective presentations and meetings. The Government will evaluate higher facilities that offer ample parking for all guests that are in close proximity to the facility. The Government will comparatively assess offeror�s proposed meals in terms of completeness, quantity, and quality. The Government shall evaluate higher proposals that include any additional complementary light refreshments that exceed the requirements. Price: The Government will evaluate the pricing proposed by the Offeror for fairness and reasonableness based upon pricing received from other Offerors, as well as in compliance with published per diem rates as outlined by GSA.��Prices for either meals or lodging that are above the per diem will not be considered.���Current rates can be found for event location on the GSA website:��https://www.gsa.gov/travel/plan-book/per-diem-rates (b)?Options. Are not applicable to this contract action (c)?A written notice of award or acceptance of an?offer, mailed or otherwise furnished to the successful?offeror?within the time for acceptance specified in the?offer,?shall?result in a binding contract without further action by either party. Before the?offer�s specified expiration time, the Government?may?accept an?offer?(or part of an?offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.� ����������������������������������������������������������������(End of provision) (x) The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items Alternate I (Jan 2017), applies to this acquisition.��Offeror shall complete the annual representations and certifications electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov prior to contract award.��� (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 Products and Commercial Services, applies to this acquisition.� (xiii)��The following Provisions and clauses apply to this acquisition are incorporated by full text:� FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)� �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.� 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ FAR 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 address: https://www.acquisition.gov/browse/index/far DFARS 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)� (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:� (1)?Document type. The Contractor shall submit payment requests using the following document type(s):� (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.� (ii) For fixed price line items�� (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.� Combo� (iii) For customary progress payments based on costs incurred, submit a progress payment request.� (iv) For performance based payments, submit a performance based payment request.� (v) For commercial item financing, submit a commercial item financing request.�� (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.� (3)?Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.� Routing Data Table*� --------------------------------------------------------------------------------------------� Field Name in WAWF Data to be entered in WAWF� --------------------------------------------------------------------------------------------� Pay Official DoDAAC - F87700� Issue By DoDAAC - W50S81� Admin DoDAAC - W50S81� Service Approver (DoDAAC) - TBD� Service Acceptor (DoDAAC) - TBD� --------------------------------------------------------------------------------------------� (4)?Payment request.?The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.� (5)?Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.� (g)?WAWF point of contact.� (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. The following provisions apply to this acquisition and are added by reference:� 52.204-7����System for Award Management� 52.204-16����Commercial and Government Entity Code Reporting� 52.204-17����Ownership or Control of Offeror� 52.204-20����Predecessor of Offeror� 52.204-24����Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment� 52.204-26����Covered Telecommunications Equipment or Services--Representation�� 52.222-22����Previous Contracts and Compliance Reports� 52.222-25����Affirmative Action Compliance� 52.223-22����Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation� 52.252-5����Authorized Deviations in Provisions� 252.203-7005����Representation Relating to Compensation of Former DoD Officials� 252.204-7016����Covered Defense Telecommunications Equipment or Services--Representation� 252.204-7017����Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation� 252.204-7019����Notice of NIST SP 800-171 DoD Assessment Requirements.� 252.209-7993����Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law�Fiscal Year 2014 Appropriations (DEVIATION 2014-O0009)�� 252.225-7055, Representation Regarding Business Operations with the Maduro Regime 252.239-7098����Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation (DEVIATION 2021-O0003) (APRIL 2021) The following clauses apply to this acquisition and are added by reference:� 52.203-19����Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements� 52.204-13����System for Award Management Maintenance� 52.204-18����Commercial and Government Entity Code Maintenance� 52.204-21����Basic Safeguarding of Covered Contractor Information Systems� 52.204-23����Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities� 52.204-25����Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment� 52.209-10����Prohibition on Contracting with Inverted Domestic Corporations� 52.219-6�����Notice of Total Small Business Set-Aside� 52.222-3����Convict Labor� 52.222-21����Prohibition of Segregated Facilities� 52.222-26����Equal Opportunity� 52.222-36����Equal Opportunity for Workers with Disabilities� 52.222-41����Service Contract Labor Standards� 52.222-42����Statement of Equivalent Rates for Federal Hires� 52.222-50����Combating Trafficking in Persons� 52.222-55����Minimum Wages Under Executive Order 13658� 52.222-62����Paid Sick Leave Under Executive Order 13706� 52.223-18����Encouraging Contractor Policies to Ban Text Messaging While Driving� 52.232-33����Payment by Electronic Funds Transfer�System for Award Management� 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� 52.252-6����Authorized Deviations in Clauses� 252.203-7000����Requirements Relating to Compensation of Former DoD Officials� 252.203-7002����Requirement to Inform Employees of Whistleblower Rights� 252.204-7003����Control of Government Personnel Work Product� 252.204-7009����Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information� 252.204-7014����Limitations on the Use or Disclosure of Information by Litigation Support Contractors� 252.204-7015����Notice of Authorized Disclosure of Information for Litigation Support� 252.204-7018����Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�� 252.204-7020����NIST SP 800-171 DoD Assessment Requirements.� 252.204-7022����Expediting Contract Closeout� 252.225-7048����Export-Controlled Items� 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (xiv) The Defense Priorities and Allocation System (DPAS) rating for this contract is not rated. (xv) Please include UEI and Cage Code in the quote.��Quotes shall be valid for at least 30 days.��Quotes are due back to Sarah Sinclair via email only at 104.FW.MSC@us.af.mil by 08 July 2022 at 2:00 P.M. (xvi) If there are any questions regarding this acquisition, please e-mail 104.FW.MSC@us.af.mil.�� Service Contract Act Wage Determination #2015-4095 Rev. #20 applies to this solicitation if the proposed event is within Hampden County. Another county�s WD would apply if proposed event is in a different county. Wage Determination can be found at this link: https://sam.gov/wage-determination/2015-4095/20
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/73eff84d307641469f1e510d40b9a96a/view)
- Place of Performance
- Address: Westfield, MA 01085, USA
- Zip Code: 01085
- Country: USA
- Zip Code: 01085
- Record
- SN06368486-F 20220626/220624230058 (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 |