Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 18, 2017 FBO #5594
SOLICITATION NOTICE

X -- Kids AT 2017-2019

Notice Date
3/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721214 — Recreational and Vacation Camps (except Campgrounds)
 
Contracting Office
Department of the Army, National Guard Bureau, 159 MSG/MSC, LA ANG, LA Air National Guard Base Contracting Office, 400 Russell Ave, NAS-JRB, Bldg 473, Rm 212, NEW ORLEANS, Louisiana, 70143, United States
 
ZIP Code
70143
 
Solicitation Number
W912NR-17-R-0018
 
Archive Date
4/6/2017
 
Point of Contact
David L. Bourgeois, Phone: 3182905933, Will Howland, Phone: 3182905981
 
E-Mail Address
david.l.bourgeois4.mil@mail.mil, william.m.howland2.mil@mail.mil
(david.l.bourgeois4.mil@mail.mil, william.m.howland2.mil@mail.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. This solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-64 Effective on January 17, 2013. Provisions and clauses incorporated by reference has the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil/. The solicitation W912NR-17-R-0018 is issued as a Request for Proposal. This procurement is set aside for Small Business. The NAICS code for this acquisition is 721214 - Recreational and Vacation Camps (except camp grounds). The small business size standard for this NAICS code is $7.5 million. The Louisiana National Guard will be awarding a Firm- Fixed Price Supply Contract. This solicitation is for a firm fixed price contract and will be awarded to the lowest priced technically acceptable. Proposals must include proof that you meet all requirements listed under the below "Requirements" heading, a menu for every meal and snack for the entire event, and a quote to account for providing all deliverables. The Louisiana Army National Guard needs a quote for meals, lodging, and facilities for dates below. Our intent is to award 1 contract for 1 event for FY17 Louisiana National Guard Youth and Kids Annual Training on 07-16 June 2017, with two options for events in, approximately, the second week of June of 2018 and 2019. Numbers are approximate and will be confirmed no later than 30 days from event. However, proposals for individual line items below will be accepted and evaluated. 1. In order to hold a successful event and maintain the strict guidelines established for our program, we require that the facility meet and/or provide the following services. a. The facility must be located within 150 miles of the Louisiana National Guard (LANG) Child and Youth Programs Office, which is located at the Armed Forces Reserve Center, 8110 GSRI Road, Baton Rouge, LA 70820. This requirement is mandatory and is needed to help mitigate the expenses associated with the movement of Child and Youth equipment to and from the selected facility. This is also needed to help ensure that the facility is centrally located and that all of the travel related cost for the volunteers and attendees are keep to an absolute minimum. b. The facilities and buildings must all be located on one central location and all building must be accessible on foot by walking no more than 350 yards one way. The entire facility must be surrounded by a security fence. This fence must provide one central location for all individuals that are entering and exiting the facility grounds. This primary entry and exit point must also have a lockable working gate. The facility area must be equipped with working security lights for all its primary foot paths and walkways. c. The facility must provide the following types of building and accommodations on site: (1) Assembly Building - The facility must have a designated building on its grounds for use as an assembly building. This building must be separate from the Auditorium and Dining Hall. This building must contain at least one assembly area and a minimum of four separate classrooms. Each classroom must be capable of holding no less than 15 persons each. The buildings assembly area must be capable of holding no less than 60 people. The total building capacity of the classrooms areas and the assembly area must be able to hold no less than 120 people. The assembly building must be air conditioned and have separate bathroom and shower facilities for male and female. The building must provide wireless internet that is available for guest use without any direct charges made to the guest. (2) Cabin / Cottages (Sleeping Facilities) - The facility must provide at least 17 Cabin/Cottage type buildings to be used for the attendee and guest sleeping facilities. The Cabin/Cottages must be separate from all other facility buildings. The Sleeping Cabins must accommodate at least 16 guests each. The facility must be able to provide overnight guest's facilities for at least 272 individuals per night. The sleeping facilities must be air conditioned and offer a private bathroom with shower. The showers must provide both hot and cold water. (3) Auditorium - The facility must provide an auditorium type building. The auditorium must be capable of seating at least 250 people and be equipped with a stage. The Auditorium and the Dining Hall can be located in the same building, provided that activities can be conducted simultaneously. (4) Dining Hall - The facility must provide a dining hall type building. The dining hall must be capable of seating at least 250 people. The facility must be air conditioned. The Auditorium and the Dining Hall can be collocated in the same building, provided that activities can be conducted in each facility simultaneously. The dining hall must have an onsite working kitchen along with a separate walk-in type refrigerator and freezer. The following requirements must also be met by the selected vendor. (a) The vendor must be able to provide nutritional meals for the entire duration of the event. The meal schedule for this event is attached and labeled, "Enclosure 1 - Youth Camp and Kids' AT 2017 Meal Schedule". Meals are required to begin on June 7 (Wednesday) with dinner and continue thru June 16 (Friday) ending with lunch. (b) The vendor must be able to provide nutritional snacks and fruits for the duration of the event. The snack schedule for this event is attached and labeled, "Enclosure 2 - Youth Camp and Kids' AT 2017 Snack Schedule". Snacks are required to begin on June 7 (Wednesday) and continue thru June 16 (Friday). (c) The vendor must be able to provide Salad / Fruit / Sandwich (Ham, Turkey, Peanut Butter / Jelly) bar for the entire duration of the event. The meal schedule for this event is attached and labeled, "Enclosure 1 - Youth Camp and Kids' AT 2017 Meal Schedule". Salad / Fruit / Sandwich bar are required to begin on June 7 (Wednesday) with dinner and continue thru June 16 (Friday) ending with lunch. (d) The Contracting Officer, with assistance from the LANG Child and Youth Program, must review and preapprove all meal menus for the duration of the event. (e) All meals must be prepared onsite and served in the facilities designated dining hall. All food purchased and prepared for LANG Child and Youth Program will be provided and made available to LANG Child and Youth attendees, to include campers and staff. Any food that is not consumed during meal times will be made available to LANG Child and Youth Program staff for consumption at any given time during entire duration of the event. (f) The vendor must provide a cook and kitchen supervisor for all preapproved meals. The cook and the kitchen supervisor can be the same individual. The LANG Child and Youth Program will provide a minimum of two servers and two clean up helpers for support during and immediately following each meal. d. The facility must be able to provide the following recreational facilities and services on site for use by LANG for the duration of the event. The age group of the guest using these recreational facilities and services will be from 8 to 18 years of age. The facility support staff provided by the vendor must be trained and certified to handle children in this age group. The following is a list of the recreational facilities and services required. (1) Olympic Swimming Pool (a) The pool area must be completely fenced in and have a lockable working gate. (b) The entire pool area must be equipped with working security lights. (2) Recreation Field (a) The recreation field must contain areas for use as a football field, soccer field and a volleyball court. (3) Fishing Lake (4) Hiking Trails (5) Covered Pavilion (6) Basketball Court e. LANG must have exclusive use of the Center for the duration of the event and must have access to all Lodges, Cottages, Auditoriums and Assembly buildings located on the facility. f. LANG must be able to use All Terrain Vehicles (ATV's) to support their activities. The LANG Child and Youth Program Coordinator will incorporate strict guidelines concerning ATV use by staff during the event. This policy will be offered to the vendor for review and approval. g. LANG will provide its own nurse and will furnish any needed first aid and medical supplies. h. LANG must be able to deliver bulk drinking water to various activity locations around the facility and refill them as needed. i. LANG must be able to provide portable ice house, portable toilets / hand washing stations, tents / shades, outside organizations and facilitators, to include but not limited to bounce houses, rock walls, and mobile game systems, as needed to support the event. j. The vendor must not require a deposit for use of its facilities. k. Vendor should present quote in the following format: Base year - 225 campers x Cost per camper = Total for 2017 Option year 1 - 225 campers x Cost per camper = Total for 2018 Option year 2 - 225 campers x Cost per camper = Total for 2019 2. Submit all questions and proposals to MAJ David L. Bourgeois at david.l.bourgeois4.mil@mail.mil and SGT William Howland at william.m.howland2.mil@mail.mil. The suspense for questions is 20 March 2017, 1800 hours (6:00pm) CST. The suspense for quotes is 22 March 2017, 1300 hours (1:00pm) CST. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: Price and Delivery with delivery being more important. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 Contract Terms and Conditions - Commercial Items. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.203-3 Gratuities. FAR 52.203-6 Restrictions on Subcontractor Sales to the Government. FAR 52.204-7 System for Award Management. FAR 52.217-9 Option to extend the term of the contract FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.222-3 Convict Labor. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by EFT - SAM. FAR 52.233-1 Disputes. FAR 52.233-2 Service of Protest. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7004 Alt A System for Award Management, DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFAS 252.225-7002 Qualifying Country Sources as Subcontractors, DFARS 252.225-7048 - Export-Controlled Items. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management (SAM) at http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA16-1/W912NR-17-R-0018/listing.html)
 
Place of Performance
Address: 420 F Street, Pineville, Louisiana, 71360, United States
Zip Code: 71360
 
Record
SN04438155-W 20170318/170316235323-8917207571fd8fd86327dfaccf704e9a (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.