SOLICITATION NOTICE
V -- FLORIDA NATIONAL GUARD YOUTH SYMPOSIUM - STATEMENT OF WORK
- Notice Date
- 3/17/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Florida, 189 Marine Street, St. Augustine, Florida, 32085-1008
- ZIP Code
- 32085-1008
- Solicitation Number
- W911Y1N17T0027
- Archive Date
- 4/8/2017
- Point of Contact
- Deborah U. Bray, Phone: 9048230555, Brian Joseph Williams, Phone: 9048230567
- E-Mail Address
-
deborah.u.bray.civ@mail.mil, brian.j.williams9.mil@mail.mil
(deborah.u.bray.civ@mail.mil, brian.j.williams9.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services 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. The solicitation number assigned to this action is W911YN-17-T-0027. The solicitation is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for Florida, Purchasing and Contracting Division, St. Augustine, Florida 32084. This acquisition is set aside for small business concerns. The Principle NAICS is 721110 and size standard is $32.5 million. The Florida Army National Guard (FLARNG) requirement is for a full service hotel/resort environment located in Orlando, FL to host a Family Programs Youth Symposium Event 7 APR 2017 - 9 APR 2017 in accordance with the Statement of Work. This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures. The Government intends to place a single, Firm-Fixed Price order without discussions. Therefore, offers should submit their best offer up front. Do not assume you will be able to revise your offer. General Requirement: In accordance with attached detailed Statement of Work: CLIN 0001: LODGING REQUIREMENTS CLIN 0002: CONFERENCE SPACE FEES CLIN 0003: AUDIO/VISUAL REQUIREMENTS CLIN 0004: DAYCARE SPACE REQUIREMENTS CLIN 0005: LUNCH REQUIREMENTS CLIN 0006: ADDITIONAL REQUIREMENTS This combined synopsis/solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-56 The following provisions are included for the purposes of this combined synopsis/solicitation: 52.212-1 -- Instructions to Offerors -- Commercial Items (Oct 2016); Evaluation in accordance with FAR 13.106 based on price, delivery schedule and suitability to meet Government need. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items; 52.252-1-Provisions Incorporated by Reference ( http://farsite.hill.af.mil ). The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.204-7- System for Award Management ; 52.212-4 -- Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dev.); 52.222-3-Convict Labor; 52.222-19-ChildLabor-Cooperation with Authorities and Remedies; 52.222-21-Prohibition of Segregated Facilities; 52.222-26- Equal Opportunity; 52.222-36-Affirmative Action for Workers with Disabilities; 52.222-50- Combating Trafficking in Persons; 52.223-5-Pollution Prevention and Right to Know Information; 52.225-13-Restrictions on Certain Foreign Purchases; 52.232-33-Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3-Protest After award; 52.233-4-Applicable Law for Breach of Contract Claim; 52.252-2--Clauses Incorporated by Reference; 252.203-7002--Requirement to Inform Employees of Whistleblower Rights; 252.204-7004-Alternate A, System for Award Management; 252.232-7003--Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010--Levies on Contract Payments. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The award will be made to the Lowest Priced Technically Acceptable Offeror whose proposal is most advantageous to the Government. Technically acceptable being; offeror is able to provide the full requirements and safe environment as stated in the statement of work. Submittal Requirements: Submit the following in order to be considered for award. Detailed Pricing of CLINS 0001 through 0006 as outlined on the Statement of Work. Floor Plan of meeting spaces. Details on AV capabilities. If AV is outsourced, provide vendor's information and quote. Representations and Certifications, in accordance with FAR 52.212-3, completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://orca.bpn.gov/. Include the following on your quote: - Solicitation Number - DUNS Number - Cage Code - Tax ID Number NOTE: If a contractor does not submit the required information requested above, their proposal may not be considered for award and determined technically unacceptable unless determined to be in the best interest of the government. Submit offers in response to this synopsis/solicitation through email to Deborah Bray Deborah.u.bray.civ@mail.mil, not later than 12 p.m. on 24 March 2017. All questions regarding this solicitation must be submitted to: Deborah Bray deborah.u.bray.civ@mail.mil not later than 1200 p.m. 22 March 2017. Offers received after 24 March 2017 12pm Eastern Time on the required date of submission may not be considered unless determined to be in the best interest of the government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911Y1N17T0027/listing.html)
- Place of Performance
- Address: ORLANDO, FL, ORLANDO, Florida, United States
- Record
- SN04438697-W 20170319/170317233958-0631e368e38738b5c10686a1a5472616 (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 |