MODIFICATION
X -- Conference Room/Yellow Ribbon Event
- Notice Date
- 1/9/2017
- Notice Type
- Modification/Amendment
- NAICS
- 561920
— Convention and Trade Show Organizers
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W81A9P63540100YellowRibbon
- Point of Contact
- Otha B Henderson, Phone: 8014324093
- E-Mail Address
-
otha.b.henderson.mil@mail.mil
(otha.b.henderson.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicition and is being issued for full and open competition, but evaluation preference will be given to small business. Request for quotation: The Northern America Industry Classification System Code (NAICS) is 561920, Promotors of Conventions With or Without Facilities. This request is for conference space, including catering, to be used for a National Guard Yellow Ribbon event on 21 January 2017 in the vicinity of Davis or Salt Lake counties in Utah. Accomidations must support 500 attendees (350 adults and 150 children) and must include a general session room, a breakout room for 55 adults (Room 1), a breakout room for 101 children (Room 2), a breakout room for 20 children (Room 3), a breakout room for 25 children (Room 4), a breakout room for 30 adults (Room 5), and 5 registration tables (3 for general session area, 1 for youth area, and 1 for babies area) with 2 chairs per table. This event will include a continental breakfast (e.g. pastries, muffins, coffee, tea, hot chocolate, milk, juice) for 350 adults and 150 children, and will also include a lunch for 400 adults and 150 children. The lunch should include a meat, a starch (potato rice or pasta), a vegetable, salad, beverage, and dessert. See the attachment for additional detail. Quotes may be submitted on the attached format or a format of your choosing providing it is clear and complete. Quotes ust be submitted via email to otha.b.henderson.mil@mail.mil no later than 9am (Mountain) on 12 January 2017. This procurement will be on a government purchase order. Evaluation Factors: This contract award will be made on the basis of best value to the government. Best value will be determined by the availability and offering of space, availability and offer of catering, and price. Best value may not necessarily be the lowest price. All those responding must meet all standards required to conduct business with the government, including registraiong with SAM and WAWF/iRAPT, and be in good standing. Quotes must inlcude CAGE/DUNS numbers and tax identification. Responses received after deadline or that are missing information will be considered non-responsive. Questions should be emailed to the above referenced email in sufficent time to provide a response and late questions will not be justification for extending the due date or time. The following provisions and clauses are applicable to this combined synopsis/solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.203-6 Alt 1 - Restrictions of Subcontractor Sales to the Government FAR 52.204-4 - Printed or Copied Double Sided or Post-consumer Fiber Content Paper FAR 52.204-7 - Central Contractor Registration FAR 52.204-10 - Reporting Executive Compensation and First-tier Subcontrating Debarred, Suspended, or Proposed for Debarement FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 Alt 1 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 - Terms and Conditions - Commercial FAR 52.212-5 Dev - Statutes/Exec Orders FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-14 - Limitations of Small Business Concerns FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contract and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Vetrans FAR 52.222-36 - Affirmative Action for Workers with Disabilties FAR 52.222-37 - Employment Reports on Special Disabled Veterans FAR 52.222-40 - Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-41 - Service Contract Act of 1965 FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.222-50 - Combating Trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.233-1 - Disputes FAR 52.233-2 - Service of Protest FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 (Alt 1) - Changes-Fixed Price FAR 52.247-34 - FOB Destination FAR 52.249-4 - Termination for Convenience of the Government (Services)(Short Form) FAR 52.252-1 - Provision Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 Alt A - Required Central Contactor Registration DFARS 252.209-7995 - Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 - Dec Tems and Conditions DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country as Subcontractos DFARS 252.225-7012 - Preference for Cetain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W81A9P63540100YellowRibbon/listing.html)
- Place of Performance
- Address: 12953 South Minuteman Drive, Draper, Utah, 84020, United States
- Zip Code: 84020
- Zip Code: 84020
- Record
- SN04366424-W 20170111/170109233932-3d68378fa7becfc9c262aa22f60a13dd (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 |