Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 01, 2015 FBO #4786
MODIFICATION

V -- Amendment 003 - Yellow Ribbon Program (YRP)Events at Anaheim, CA

Notice Date
12/30/2014
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
MICC - Moffett Field, Bldg 4385, Moffett Field, CA 94035-0000
 
ZIP Code
94035-0000
 
Solicitation Number
W912CJ-15-T-0004
 
Response Due
12/31/2014
 
Archive Date
2/28/2015
 
Point of Contact
Patricia Lynn Skinner, 650-969-0122
 
E-Mail Address
MICC - Moffett Field
(patricia.skinner@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT 003 THE PURPOSE OF THIS AMENDMENT IS TO: (1) Extend the solicitation closing date and time to Wednesday, 31 December 2014, 8:00 am Pacific Standard Time (PST). (End Amendment 003 Summary) AMENDMENT 002 THE PURPOSE OF THIS AMENDMENT IS TO: (1) Extend the solicitation due date and time to Tuesday, 30 December 2014, 10:00 am Pacific Standard Time (PST). (End Amendment 002 Summary) AMENDMENT 001 THE PURPOSE OF THIS AMENDMENT IS TO: (1) Provide clarification. See yellow highlight, bold, italicized text in attached document. (2) The following has been added to this combined synopsis/solicitation for clarification purposes: SEE SECOND PARAGRAPH PAGE 1 of 96: The agreement shall include payment terms showing Offorer will pay hotel within 7 days after receipt of payment by the Government; this requirement does not apply to hotels or businesses that are providing the rooms themselves, i.e. not subcontracting out for the rooms. SEE 52.212-2 EVALUATION--COMMERCIAL ITEMS (Oct 2014), PAGES 77 and 78 of 96: Lowest Price Technically Acceptable (LPTA) Past Performance Past Performance evaluation will be based on information documented in the Past Performance Information Retrieval System (PPIRS). (End Amendment 001 Summary) 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. 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. Solicitation W912CJ-15-T-0004 is being issued as a Request for Quotes (RFQ) using Simplified Acquisition Procedures under FAR Part 13 pursuant to FAR 13.5, Test Program for Certain Commercial Items. All quotes shall be submitted by email no later than 10:00AM Pacific Standard Time (PST) on December 30, 2014. All quotes received after this due date and time will be considered late in accordance with FAR 52.212-1(f). This combined synopsis/solicitation number is W912CJ-15-T-0004 and is issued as a Request for Quote (RFQ). Offerors are required to submit, as part of their offer, a signed agreement between Offeror and hotel that itemizes all items and requirements being provided by hotel. The agreement shall include payment terms showing Offorer will pay hotel within 7 days after receipt of payment by the Government. An offer requiring the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-78. Only emailed requests received directly from the offeror are acceptable. The NAICS code for this requirement is 721110 with a size standard of $32.5 Million. ADDITIONAL INFORMATION: 1. INVOICING: Offeror that is awarded the contract shall not invoice for any item under the contract until after completion of event by following the instructions required for electronic submission of invoices in the Wide Area Work Flow (WAWF) site at https://wawf.eb.mil and corresponding WAWF Clause. Payment will be made by electronic funds transfer through Defense Finance and Accounting Service (DFAS). 2. PAYMENT TO SUBCONTRACTORS: Payment to all Subcontractors under resulting contract shall be made no later than 7 days from receipt of payment from Government. 3. SYSTEM FOR AWARD MANAGEMENT (SAM): To be eligible for award under this combined synopsis/solicitation, offerors must be registered in the System for Award Management (SAM) by the due date of this solicitation. For more information on this requirement, please go visit https://www.sam.gov. If you were registered in CCR and ORCA, your organization's information is already in SAM. However, you are required to set up a SAM account and migrate your CCR roles. 3. REPRESENTATION AND CERTIFICATIONS: Fill out FAR clause 52.212-3 (Offeror Representations and Certifications) or reference to electronic copy of Representation and Certifications on the System For Award Management website (https://www.sam.gov). 4. Submission requirements for all offerors are identified by addendum on FAR Clause 52.212-1. Offeror is directed to pay special attention to FAR Clause 52.212-1 and 52.212-2 when submitting quote. 5. Offers will be evaluated as identified in FAR Clause 52.212-2, incorporated into this solicitation. 6. PLEASE PROVIDE YOUR TAX ID AND CAGE CODE NUMBER HERE: TAX ID: _____________________________ CAGE: _____________________________ 7. General Information: The following requirement is for the 30-day, 60-day, and 90-day Post-Deployment Yellow Ribbon Reintegration Program (YRRP) events. There are two (2) events under this requirement with both being held in the Anaheim, CA area. The first event will be from 6-12 January 2015 and the second event will be from 26 May 2015 through 1 June 2015. Attendees will include Service Members and Family members who are affiliated with various Military branches and units within the 63d Regional Support Command (RSC) Area of Operation. Service Members who have been active or released from active duty (REFRAD) are eligible and mandated to attend these events. The meals and lodging will be provided for the attendees by the YRRP. For each of the events, it is anticipated that 400 Service Members and up to 400 Family Members will attend the event, for a total of 800 attendees. It is anticipated that there will be 10 Advance (ADVON) Staff, 40 Support Staff, 25 Instructors, and 50 Community Partners that will also attend. The total estimated number of YRRP Participants is 925. Friday morning through Saturday morning attendees will check in at the hotel, and then proceed to the YRRP Registration area. The YRRP Training Event venue shall be inside the City of Anaheim, CA. The contracted hotel shall provide no less than 90% of guest rooms and all conference rooms in the same venue. The remaining guestrooms may be provided under a different venue meeting same requirements under this solicitation and shall be located within 0.5 walking miles of the main venue. For each of the events, the hotel must provide an on-site representative from the time the advance (ADVON) Staff arrive. From 3:00 p.m. on Tuesday through 2:00 p.m. on Monday for each of the corresponding events, a government staff operations room will be established with internet connectivity for up to 20 staff members. A Yellow Ribbon registration desk shall be setup to accept registration from event participants on Friday, beginning at 7 a.m. and concluding at midnight, preferably in the lobby of the lodging facility or in proximity to the lodging facility's registration desk. There will be a yellow ribbon reception held on Friday evening from 6:00 p.m. to 8:00 p.m. on the event participants' day of arrival. The first formal program event will begin at 6 a.m. on Saturday. The program(s) will start at 8:00 a.m. and end NLT 5 p.m. The programs will consist of up to 3 general sessions for all attendees as well as 17 breakout rooms for 90 to 150 attendees each for small group training sessions. There will also be a child and youth program provided on Saturday and Sunday. On Sunday, the last event day, programs will consist of general sessions again that will begin at 8:15 a.m. and end at 9:00 a.m., and breakout sessions that shall begin at 9:00 a.m. and end by 2:00 p.m. with attendees traveling. Event participants will commence travel home Sunday afternoon and evening. Lodging shall be provided under government contract for attendees and staff. Space for up to 50 Community Partners to be located in an area adjacent to the General Session room; they shall make their own sleeping room arrangements. The following meals shall be required in accordance with Section 5.1.5 Catering; Friday; - dinner, Saturday - breakfast and lunch, and Sunday - breakfast and lunch 8. The Point of Contact for submission of offers are as follows: Patricia.Skinner@us.army.mil and Cassandra.P.Lawrence.mil@mail.mil. 9. Deadline to submit all questions shall be no later than 10:00 AM PST on December 23, 2014. Questions received after this deadline will not be entertained. Quotes must be submitted no later than December 29, 2014 at 10:00 AM PST. Both questions and offers shall be emailed to both Patricia.Skinner@us.army.mil and Cassandra.P.Lawrence.mil@mail.mil. 10. Please see attached Combined Synopsis/Solicitation for full details and requirements for these events.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/32609bf5a63f8f930fa111c0ccb9cdda)
 
Record
SN03606407-W 20150101/141230234230-32609bf5a63f8f930fa111c0ccb9cdda (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.