Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 13, 2016 FBO #5224
SOLICITATION NOTICE

X -- MEETING SPACE AND MEALS

Notice Date
3/11/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Mississippi, 144 Military Drive, JACKSON, Mississippi, 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-16-T-0003
 
Archive Date
3/30/2016
 
Point of Contact
Laurie C. Morris, Phone: 6013131698, Laurie C. Morris, Phone: 6013131698
 
E-Mail Address
laurie.c.morris3.civ@mail.mil, laurie.c.morris3.civ@mail.mil
(laurie.c.morris3.civ@mail.mil, laurie.c.morris3.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W9127Q-16-T-0003 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-83, effective Jul 02, 2015 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20150420 dated 20 April 2015. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as unrestricted. The North American Industrial Classification System Code is 721110 with a standard of $32.5M. The United States Property and Fiscal Office for Mississippi-Contracting Office, Jackson, MS intends to issue a purchase order for Meeting Space/Conference Facilities, meals and related services for the Yellow Ribbon Program Post/Pre Deployment/Family Demobilization Event, to be held Saturday, March 19 and Sunday, March 20, 2016 with set-up on Friday, March 18, 2016. The event will be attended by 355 Air Guard members and their families. This is not a solicitation for Event Planning Services or 3rd party event planning services. REQUIREMENT: LOCATION: Only facilities located in the North Mississippi area will be considered due to travel restrictions. CLIN 0001 - MEETING ROOMS/VENUE: To include the usage of the following rooms/areas: Lobby/Hallway Area for event registration, One (1) room that can accommodate 355+ adult participants set up classroom style, One (1) room that can accommodate 280 adults participants set up classroom style, One (1) room that can accommodate 280 adult participants set up in rounds (8 or 10) for Saturday, MARCH 19 AND SUNDAY, MARCH 20, 2016. In addition, venue must be able to provide seven (7) rooms (each room 1000sq ft or more) for government provided child care. CLIN 0002 - AUDIO-VISUAL EQUIPMENT/TECHNICIAN: TO INCLUDE: 3 SCREENS, 3 LCD PROJECTORS, 3 WIRELESS LAVALIER MICS, 3 WIRELESS PODIUM MICS, 3 MAKKI MIXERS, AND 3 SOUND PATCH. CLIN 0003 - LUNCH - PLATED LUNCHES: QTY: 280 Adults each day for S aturday, MARCH 19 AND SUNDAY, MARCH 20, 2016. CLIN 0004 - BOXED LUNCHES: QTY: 75 Boxed Lunches each day for children to consist of sandwiches/hotdogs/burgers/chicken strips, chips, fruit, cookie, and juice box/milk for Saturday, MARCH 19 AND SUNDAY, MARCH 20, 2016. CLIN 0005 - HOTEL ROOM: DOUBLE OCCUPANCE IN ON 18 MAR 2016 OUT ON 20 MAR 2016. QTY: 173 ROOMS FOR TWO NIGHTS. BASIS OF AWARD: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. Quotes are due no later than 6:00 A.M. CDT, 15 MARCH 2016 to USPFO-MS-PC, Attn: Laurie Morris, 144 Military Drive, Flowood, MS 39232-8861. Quotes can be emailed to laurie.c.morris3.civ@mail.mil or faxed to 601-313-1569. SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/. APPLICABLE CLAUSES/PROVISIONS: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.212-1, Instructions to Offerors, Commercial Items FAR 52.212-2, Evaluation-Commercial Items FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Note: Offerors are to provide a completed copy of the representations and certifications contained in this provision) FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.232-33, Payment by Electronic Funds Transfer/ Central Contractor Registration FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and specifically the following FAR clauses are applicable: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set Aside 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - System for Award Management Contracting Office Address: The United States Property and Fiscal Office for Mississippi-Contracting Office 144 Military Drive Flowood, MS 39232 Primary Point of Contact: Laurie C. Morris - 601-313-1698 laurie.c.morris3.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-16-T-0003/listing.html)
 
Place of Performance
Address: OLIVE BRANCH, Mississippi, United States
 
Record
SN04048244-W 20160313/160311235249-fc9270dd26b008f53265dd235e6550b9 (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.