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 -- Yellow Ribbon Post Deployment 105th & 1176th 6-8 FEB 2015 (Middle TN area)

Notice Date
12/30/2014
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-15-T-0003
 
Response Due
1/2/2015
 
Archive Date
2/28/2015
 
Point of Contact
Rhonda Lien, 615-313-0530
 
E-Mail Address
USPFO for Tennessee
(rhonda.m.lien.civ@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. Yellow Ribbon Post Deployment - 105th & 1176th This solicitation is quote mark SUBJECT TO AVAILBILITY OF FUNDS quote mark - FAR 52.232-18 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being solicited and a written solicitation will not be issued. Solicitation number W912L7-15-T-0003 is hereby issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79. This requirement is being advertised as unrestricted; the North American Industry Classification System (NAICS) Code(s) are 721110, with a Size Standard of $32.5M. This is Small Business Set-A-Side. The following clauses are applicable to this acquisition: The TN National Guard is Requesting a Proposal for The Yellow Ribbon Post Deployment - Lodging/Meals for approximately 340 Adults and 40 Children. We are requesting the dates from 06 February 2015 to 8 February 2015. For complete information, see the Performance Work Statement (PWS) and Request for Proposal (RFP). The areas we are looking for to hold the event are: Nashville, Murfreesboro, Franklin, Brentwood, and/or Cool Springs, TN. The solicitation closes 02 JAN 2015 at 11:00am EST (10:00am CST). Please send any questions to Rhonda.m.lien.civ@mail.mil or call 615-313-0530. (A) 52.204-99 - SYSTEM FOR AWARD MANAGEMENT REGISTRATION (DEVIATION) (8)52.212-2 EVALUATION - COMMERCIAL ITEMS: As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a)The Government will award a contract resulting from this solicitation to the responsible offerer 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: 1. Vendor must be current with Certification on SAM - https://www.sam.gov/index.html/#1 2.Vendor must have NASIC CODE of 721110 in order to qualify for award. 3.Vendor will provide a FULL menu upon award and cost per person/meal - RFP Pricing Template provided. 4. Vendor will provide GRAND TOTAL with the proposal and specify date that you have available for camp on the RFP. 5.Vendor must submit proposal on time in order to be consider in award process. Check for modifications on FedBiz Opps. 6.Vendor must comply with the PWS and RFP pricing template in order to be considered for award. 7.Award will be based on Lowest Priced technically acceptable for the Government and ability to comply with the PWS. 8.Invoicing/Billing will be done electronically through WAWF-Wide Area Workflow - https://wawf.eb.mil/ after event has been completed. 9.Award/Contract is a firm fixed price contact. 10.The vendor that receives the award will be required to provide proof of National Agency Check (NAC) SF85P for all personnel in attendance at the camp. Notification of award or acceptance of an offer will be emailed to the contractor. (A)52.212-3: OFFEROR REPRESENT ATIONS AND CERTICATIONS - COMMERCIAL ITEMS: (B)52.212-4: CONTRACT TERMS AND CONDITIONS - COMMERICAL ITEMS (C)52-212-5: (DEV) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 2011) (DEVIATION), - (FILL-IN) (D)52.203-13, CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (E)52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (Dec 2010). (F)52.226-6, PROMOTING EXCESS FOOD DONATION TO NONPROFIT ORGANIZATIONS. (Mar 2009) (G)52.222-26, EQUAL OPPORTUNITY (Mar 2007) (E.O. 11246) (H)52.222-35, EQUAL OPPORTUNITY FOR VETERANS (Sep 2010) (38 U.S.C. 4212) (I)52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (Oct 2010) (29 U.S.C. 793). (J)52.222-40, NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (Dec 2010) (M) 52.222-41, SERVICE CONTRACT ACT OF 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (K) 52.222-50, COMBATING TRAFFICKING IN PERSONS (Feb 2009) (22 U.S.C. 7104) (L) 52.222-51, EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT ACT TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OF REPAIR OF CERTAIN EQUIPMENT-REQUIREMENTS (Nov 2007) (41U.S.C. 351, et seq.). (M)52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION (Jan 2009). (N)52.232-18 AVAILABILITY OF FUNDS (APR 1984) (O)52.232-99 (DEV): PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION) (P) 52.239-1 PRIVACY OR SECURITY SAFEGUARDS. (Q)252.212-7001 (DEV): CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (DEVIATION), ( R)252.232: 7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) - (S)252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS PERFORMANCE WORK STATEMENT 1.0Organizational Analysis Army National Guard (ARNG): Source: (http://www.arng.army.mil/Pages/Default.aspx) Vision is to be a quote mark Ready, reliable, and accessible force that maintains its relevancy now and through the millennium quote mark. Mission is quote mark To provide combat capability to the war fighter and security to the homeland. quote mark Specifically, to provide ready units to the state and nation in three critical roles: Federal Role: To support national security objectives State Role: To protect life and property, and to preserve peace, order, and public safety. Community Role: To participate in local, state, and national programs that add value to America 2.0Technical Specifications: The following technical specifications are provided to help potential contractors better understand the task environment in which the services will be delivered. The following specifications are required to successfully deliver the required service and support task order objectives. The contractor is encouraged to exceed these minimum technical specifications to demonstrate its technical, operational, and administrative expertise in support of customer's organizational and departmental objectives. 3.0Lodging: The Contractor will: 3.1.1Vendor will make available a block of 10 guest rooms for two nights each. Guests will check in on Friday, 6 February 2015 and check out Sunday, 8 February2015. 10 guest rooms will be designated for event TN-ARNG event staff. 3.1.2Vendor will make available a block of 50 guest rooms for one night each. Guests will check in on Saturday, 7 February 2015 and check out Sunday, 8 February2015. 50 guest rooms will be designated for TN-ARNG Yellow Ribbon event attendees. 3.1.3The 60 guest rooms will not be included in the final quote and will be paid outside of the contract by individual guests. However, the guest rooms will be needed at the same location and on the same dates, and will be considered part of the award consideration. 3.1.4TNARNG request the per diem rate for all rooms blocked for the Yellow Ribbon event. http://www.gsa.gov/portal/content/104877?utm_source=OGP&utm_medium=print-radio&utm_term=perdiem&utm_campaign=shortcuts 3.1.5Vendor will release administrative block of 60 total guest room for staff and participants sooner than 12pm, 31 January 2015. 4.0Conference Room: The Contractor will: 4.1.1Coordinate one (1) conference/general session room for training classes provided by Yellow Ribbon staff in to comfortably seat 340 people. Contract will include table arrangement in banquet fashion with no more than eight (8) people per table; Table arrangement will have a center isle; One (1) 6 ft. or 8 ft. table at the front of the room for handouts; One (1) podium; One (1) American Flag; state flag is optional; Two (2) small classroom style tables, with two (2) chairs each, placed at the rear of the meeting room; Four (4) 6 ft. or 8 ft. registration tables with two (2) per table located outside meeting room; Complimentary water station; Internet connection is required for room; This room may be used as dining area for lunch banquet. 4.1.2Coordinate three (3) conference break-out rooms designated for youth programs to accommodate 20 each. All rooms designated for youth programs will be conjoining or located in close proximity to each other. Two (2) rooms will be arranged in classroom fashion having an additional small table and chair for an instructor. One (1) room will be open for free play having have one (1) small classroom style table and six (6) chairs; Internet connection is not required for rooms; Electrical access is required for each area; Rooms will be used for Youth lunch banquet. 4.1.3 Coordinate four (4) conference break-out rooms to accommodate 40 adults arranged in theater fashion; one (1) 4ft or 6ft registration table required, internet connection is not required for this room. 5.0Lobby 5.1Compose lobby area for event registration and vendor display for 30 vendors. Two (2) 6ft or 8 ft registration tables; one (1) 6ft or 8ft table per vendor; two (2) chairs per table; and complimentary water station. 5.1.2Designated vendor area will be located in close proximity to the General Sessions room. 6.0Meals: 6.1Vendor will provide a full breakfast service on Saturday, 7 February 2015 for 340 people consisting of, but not limited to, caffeinated and decaffeinated coffee, hot tea assortment, water, orange juice, and a variety of, the following: sliced seasonal fruit, muffins, waffles or pancakes with syrup, eggs, breakfast meats, biscuits & jellies, bagels, pastries, etc. Breakfast service will be from 6:45 - 8:00 am. 6.1.2Breakfast pastries will be included in the total cost of the breakfast meal but will be offered to event participants for consumption at 9:30am, Saturday, 7 February 2015. 6.1.3Vendor will provide a lunch banquet on Saturday, 7 February 2015 for 340 people. Lunch items will include both soup and salad, a choice of two (2) entrees/meats with a minimum of two (2) vegetable choices, bread/rolls, and a drink per person. Neither soup nor salad will be considered as one of the vegetable requirements. Beverages will consist of ice water, tea (both sweet & un-sweet) and lemonade. Serving portions will be a minimum of the following: meat - 8oz.; vegetables - 4oz. each; bread - 1 dinner roll; dessert - 1 serving, 6oz. each. Vendor will provide linen table cloths for each dining table. Meal will be served buffet style. Vendor will provide servers for beverage refreshment and dish removal during mealtime. Lunch will be served from 12:00 - 1:00pm. 6.1.4Dessert will be included in the total cost of the lunch meal but will be offered to event participants for consumption at 2:30pm, Saturday, 7 February 2015. 6.1.5Vendor will provide a lunch service for 40 children ages 12 and under on Saturday, 7 February 2015. Lunch items will consist of chicken tenders, fries, a roll, and a dessert.. Serving portions will be a minimum of the following: meat - 8oz.; vegetables - 4oz. each; bread - 1 dinner roll; dessert - 1 serving, 6oz each. Beverages will consist of ice water and lemonade. Lunch will be served in the designated youth classroom area. Lunch will be served from 12:00 - 1:00pm 6.2Vendor will provide a full breakfast service on Sunday, 8 February 2015 for 340 people consisting of, but not limited to, caffeinated and decaffeinated coffee, hot tea assortment, water, orange juice, and a variety of, the following: sliced seasonal fruit, muffins, waffles or pancakes with syrup, eggs, breakfast meats, biscuits & jellies, bagels, pastries, etc. Breakfast will be served buffet style in a private dining area that will accommodate guests at their leisure. Service will be from 6:45 - 8:00am. 6.2.1Breakfast pastries will be included in the total cost of the breakfast meal but will be offered to event participants for consumption at 9:30am, Sunday, 8 February 2015. 6.2.2Vendor will provide a lunch banquet on Sunday, 8 February 2015 for 340 people. Lunch items will include both soup and salad, a choice of two (2) entrees/meats with a minimum of two (2) vegetable choices, bread/rolls, and a drink per person. Neither soup nor salad will be considered as one of the vegetable requirements. Beverages will consist of ice water, tea (both sweet & un-sweet) and lemonade. Serving portions will be a minimum of the following: meat - 8oz.; vegetables - 4oz. each; bread - 1 dinner roll; dessert - 1 serving, 6oz. each. Vendor will provide linen table cloths for each dining table. Meal will be served buffet style. Vendor will provide servers for beverage refreshment and dish removal during mealtime. Lunch will be served from 12:00 - 1:00pm. 6.2.3Dessert will be included in the total cost of the lunch meal but will be offered to event participants for consumptions at 2:30pm, Sunday, 8 February 2015. 6.2.4Vendor will provide a lunch service for 40 children, ages 12 and under on Sunday, 8 February 2015. Lunch items will consist of chicken tenders, fries, a roll, and a dessert.. Serving portions will be a minimum of the following: meat - 8oz.; vegetables - 4oz. each; bread - 1 dinner roll; dessert - 1 serving, 6oz each. Beverages will consist of ice water and lemonade. Lunch will be served in the designated youth classroom area. Lunch will be served from 12:00 - 1:00pm 7.0Security Requirements: 7.1The contractor will be required to complete National Agency Check (NAC) SF85P. Obtain any clearances that are required to conduct duties for TNARNG. 7.1.2Vendor will lock all conference rooms nightly when not in use. 8.0Miscellaneous: 8.1When submitting a proposal all vendors MUST provide Cage Code, Dun and Bradstreet number, Tax identification number, and vendors must already have their Representations and Certifications completed in https://www.sam.gov/portal/public/SAM/#1 prior to submission of proposal. 8.1.2Contract Specialist for this Request for Proposal is Rhonda Lien, rhonda.m.lien.civ@mail.mil, and Phone: 615-313-0530. Please call if there are any questions pertaining to this request. 8.1.3Contracting Officer's Representative (COR) for the event is LTC Jim Reed, State Family Programs Director, james.a.reed72.mil@mail.mil, Phone: 615-313-0685 9.0Hours of Operation: The contractor will perform the services during the quote mark Yellow Ribbon Post-Deployment quote mark event between 2:00pm 6 February 2015 and through 4:00pm 8 February 2015 for general sessions conference room and vendor space (REF 4.1.1, 5.0); 6:30am 7 February 2015 through 4:00pm 8 February 2015 for adult and youth breakout rooms (REF 4.1.2, 4.1.3); and check-in for the hotel at 2:00pm 6 February 2015 through 1:00pm 8 February 2015. 10.0Audio Visual: 10.1Vendor will allow TN-ARNG Yellow Ribbon program staff use of private audio visual equipment as needed. Internet connectivity - Ref 4.1.1. 11.0Contractor Manpower Reporting. 11.1The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contracormanpower.army.pentagon.mil The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract Number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the website. Quality Assurance Plan: The Contracting Officer's Representative (COR) will monitor contractor performance and complete the Quality Assurance Worksheet provided below on a monthly basis. The Quality Assurance Worksheet will be submitted directly to the Administering Contracting Officer with a copy to the Contracting Officer Representative (COR) following the first month of performance following the service. Future months will be submitted to the Contracting Officer only, unless COR involvement is warranted (i.e. anything other than green). The COR will assume a quality performance rating of quote mark Green quote mark on all measured deliverables unless otherwise notified. The quality rating may change from quote mark Green quote mark to quote mark Red quote mark without notice. We anticipate the COR utilizing the quote mark Yellow quote mark quality rating to alert the contracting office and the COR of quality issues that have the potential for a quote mark Red quote mark quality rating if corrective action is not taken. By approving service and/or deliverables on the worksheet, the COR confirms the quality performance rating of quote mark Green quote mark unless otherwise annotated. The Contracting Officer listed in the contract will provide the Contractor with a copy of all rating worksheets that are other than green. At the end of the performance period, the COR will be asked to complete a Quality Performance Review to document the quality performance rating. This will be submitted to the Contracting Officer. If there are any ratings other than green a copy will be furnished to the contractor. The COR may submit a Quality Assurance Worksheet at anytime and as often as necessary to document quality levels. If Contractor response to an identified quality deficiency is unsatisfactory, the Contracting Officer will contact the appropriate Contractor representative to implement a plan of action to remedy the identified deficiency
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-15-T-0003/listing.html)
 
Place of Performance
Address: USPFO for Tennessee P.O. Box 40748, Nashville TN
Zip Code: 37204-0748
 
Record
SN03606469-W 20150101/141230234301-535e1987517d3e229f4bb3e22ae50518 (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.