Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2023 SAM #7723
SOLICITATION NOTICE

V -- Joint Yellow Ribbon Event (WA State)

Notice Date
1/17/2023 1:43:56 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
72111 —
 
Contracting Office
W7N6 USPFO ACTIVITY WAANG 141 FAIRCHILD AFB WA 99011-9439 USA
 
ZIP Code
99011-9439
 
Solicitation Number
W50S9D23Q5001
 
Response Due
1/31/2023 2:00:00 PM
 
Archive Date
02/15/2023
 
Point of Contact
Robert D. Jones, Phone: 5092477224, Matthew R. Richard, Phone: 5092477223
 
E-Mail Address
robert.jones.88@us.af.mil, matthew.richard@us.af.mil
(robert.jones.88@us.af.mil, matthew.richard@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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. Solicitation Number W50S9D23Q5001 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01, Dated 30 DEC 2022 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20221230.� It is the contractor�s responsibility to become familiar with applicable clauses and provisions. �This acquisition is under North American Industry Classification Standards (NAICS) code 72111 with annual revenue not to exceed $7.5M. The government intends to award a Firm Fixed Price (FFP) contract to a qualified Total Small Business deemed responsive in accordance with Federal Acquisition Regulation (FAR) Part 13. Quotes must conform to all requirements outlined in this Request for Quote (RFQ) and will be evaluated based upon the Best Value Determination (Factors are: Location, Amenities, and Time frame, and Price) delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive. In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. Description of Requirement: General: This is a non-personal services contract to provide support for a Yellow Ribbon Reintegration Program (YRRP) event, 10-12 March 2023 within a 150 mile radius of Spokane, WA.� The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Prime Contractor who, in turn is responsible to the Government. *MULITPLE HOTELS ARE ACCEPTABLE IF WITHIN WALKING DISTANCE Scope: The Government is anticipating approximately 175 Attendees. Attendees will arrive on Friday and register at the event location that day. Attendees will depart on Sunday by noon. Objectives: The Contractor must provision for the requested number of attendees� meals and meeting space to accommodate one (1) event, to ensure adequate space for learning and to meet the needs of the units within the Air National Guard. Contractor shall provide hotel rooming, meeting space rooms, audio-visual (screens, audio connections, computer hookups, and microphones), and space for community partners, parking, and serve meals and snacks. The Contractor shall ensure there is a conducive learning environment/atmosphere at the event venue to support Yellow Ribbon presentations and training and shall provide those government personnel and their families attending the event with quality accommodations and identified support services. See attached PWS for further description Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 31 JAN 2023. Electronic offers preferred, telephone quotes will not be accepted. Quotes may be e-mailed to the attention of the points of contact listed below. ����������� Buyer: Matthew Richard ����������� Alternate Buyer:� Robert Jones ����������� Email:�� 141MSG.MSC@us.af.mil � Award will only be made to contractors who have registered with System for Award Management (SAM).� Vendors may register at: http://www.sam.gov Submission of Invoices: In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF).��Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission�of Payment Requests. Provisions and Clauses: Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. FAC 2023-01, DATED: 30 DEC 2023. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. P = Provisions����� C = Clauses���� * = Provision or Clause required to be Full Text P-FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation ����������� C-FAR 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal ��������� Confidentiality Agreements or Statements P-FAR 52.204-7, System for Award Management Registration C-FAR 52.204-9, Personal Identity Verification of Contractor Personnel P-FAR 52.204-16, Commercial and Government Entity Code Maintenance C-FAR 52.204-18, Commercial and Government Entity Code Maintenance C�FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems P-FAR 52.204-22, Alternative Line Proposal P-FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment C-FAR 52.204-25, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment ����������� C-FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations P-FAR 52.212-1, Instructions to Offerors-Commercial Items P-FAR 52.212-2, Evaluation-Commercial Items Evaluation.� 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; Best Value Determination (Factors are: Location, Amenities, Time frame, and Price) of all items are the evaluation criteria.� *Please provide any relevant past performance information on work with other government ����� agencies. This is a best value decision.� This office will consider any late quotes or any ������� late revisions of quotes as non-responsive. ����������� Technical and past performance, when combined, are approximately equal to price. P-FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or ��������� complete electronic annual representations and certifications at http//orca.bpn.gov C-FAR 52.212-4, Contract Terms and Condition-Commercial Items C-FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive ������ Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and ���� (c) the following clauses apply� C-FAR 52.219-6, Notice of Total Small Business Set-Aside C-FAR 52.219-28, Post Award Small Business Representation C-FAR 52.222-3, Convict Labor C-FAR 52.222-19, Child Labor � Cooperation with Authorities and Remedies C-FAR 52.222-21, Prohibition of Segregated Facilities C-FAR 52.222-26, Equal Opportunity C-FAR 52.222-50, Combating Trafficking in Persons C-FAR 52.222-51, Exemption from the Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - �� Requirements P-FAR 52.222-52, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services � Certification C-FAR 52.222-53, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services � Requirements C-FAR 52.222-55, Minimum Wage Rates Under Executive Order 13658 C-FAR 52.222-62, Paid Sick Leave Executive Order 13706 C-FAR 52.223-5, Pollution Prevention and Right to Know Information P-FAR 52.223-1, Bio-based Product Certification C-FAR 52.223-2, Affirmative Procurement of Bio-Based Products Under Service and Construction Contracts C-FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving C-FAR 52.225-13, Restrictions on Certain Foreign Purchases ����������� C-FAR 52.225-13, Restrictions on Certain Foreign Purchases C-FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management C-FAR 52.232-39, Unenforceability of Unauthorized Obligations C-FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors ����������� C-FAR 52.233-3, Protest After Award ����������� C-FAR 52.233-4, Applicable Law for Breach of Contract Claim P-FAR 52.247-65, F.O.B. Origin, Prepaid Freight-Small Package Shipments C*-FAR 52.252-2, Clauses Incorporated by Reference � SEE http://farsite.hill.af.mil C-DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials C- DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights C- DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials P-FAR 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls C-DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information C-DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting C-DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors C* - DFARS 252.211-7003, Item Unique Identification and Valuation C-DFARS 252.211-7008, Use of Government-Assigned Serial Number P-DFARS 252.213-7000, Notice to Prospective Suppliers on the use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations C-DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials C-DFARS 252.223-7008, Prohibition of Hexavalent Chromium P*-DFARS 252.225-7000, Buy American Act�Balance of Payments Program Certificate C-DFARS 252.225-7001, Buy American Act and Balance of Payments Program C-DFARS 252.225-7031, Secondary Arab Boycott of Israel C-DFARS 252.225-7048, Export-Controlled Items. C-DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) C*-DFARS 252.232-7006 Wide Area Work-Flow Payment Instructions C-DFARS 252.232-7010, Levies on Contract Payments C-DFARS 252.244-7000, Subcontracts for Commercial Items P-DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea�Alt III C*-FAR 52.222-36, Equal Opportunity for Workers with Disabilities ����������� C-FAR 52.209-6, Protecting the Governments Interest when Subcontracting with ��� Contractors Debarred, Suspended, or Proposed for Debarment C-FAR 52.203-3, Gratuities ����������� C-FAR 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government � ����������� Alternate 1 C-FAR 52.203-16, Preventing Personal Conflicts of Interest C-FAR 52.204-4, Printed or Copied Double Sided on Postconsumer Fiber Content Paper P-FAR 52.215-20, Requirements for Certified Cost or Pricing Data and Data Other than Certified Cost or Pricing Data ����������� C-FAR 52.219-8, Utilization of Small Business Concerns ����������� C-FAR 52.219-14, Limitations on Subcontracting ����������� C-FAR 52.222-17, Nondisplacement of Qualified Workers C*-FAR 52.222-35, Equal Opportunity for Veterans ����������� C-FAR 52.222-37, Employment Reports on Veterans ����������� C-FAR 52.222-40, Notification of Employee Rights Under the National Labor Relation �������� Act C-FAR 52.228-5, Insurance � Work on a Government Installation P � DFARS 252.215-7007, Notice of Intent to Resolicit P - DFARS 252.215-7008, Only one Offer�� C � DFARS 252.225-7012, Preference for Certain Domestic Commodities P* DFARS 252.225-7020, Trade Agreements Certificate C � DFARS 252.225-7021, Trade Agreements P � DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism C � DFARS 252.243-7002, Request for Equitable Adjustment P* DFARS 252.247-7022, Representation of Extent of Transportation by Sea C � DFARS 252.247-7023, Transportation of Supplies by Sea �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cdbb7995ee2c495b8341c24395067839/view)
 
Place of Performance
Address: Spokane, WA 99217, USA
Zip Code: 99217
Country: USA
 
Record
SN06565429-F 20230119/230117230104 (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.