Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOLICITATION NOTICE

S -- Duluth November Hotel and Conference Event

Notice Date
4/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 148 MSG/MSC, MN ANG, 4685 Viper St., Duluth, Minnesota, 55811-6012, United States
 
ZIP Code
55811-6012
 
Solicitation Number
W912LM17T4022
 
Archive Date
6/15/2017
 
Point of Contact
Christopher C Fisher, Phone: 2187887242
 
E-Mail Address
christopher.c.fisher10.mil@mail.mil
(christopher.c.fisher10.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95. This combined synopsis/solicitation is a cascading set-aside 100% for small business. If not enough competition is received from Small Business, quotes from other businesses will be considered. North American Industrial Classification Standard 561920 applies to this solicitation; business size standard is $11.0 million. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. *Warning: this event is planned for the next Fiscal Year. Money for this event will not be available until October 1, at earliest. Any Contract will be awarded with a Subject to Availability of Funds clause.* The following is needed: -Lodging, Conference Space, and meals for an estimated 120 adults and 25 children. Location must be within 50 mile range of Duluth MN. Line item 0001. Lodging: No lodging is required at this time. If lodging is later determined to be required, this Line Item will be updated. Line item 0002. Conference space: Friday and Saturday conference space will be required. Conference space must have areas for general session (seats all attendees excluding children), minimum of three (3) breakout rooms seating on average 40 each, area such as hallways for vendor displays, staff room childcare and Youth Care. Line item 0003. Childcare space: A room for hosting children between 0 and 6 years of age. A room for hosting children between 7 and 12 years of age. A room for hosting children over the age of 12 years old. Vendor must provide childcare or be willing to allow the 148FW contract out for separate childcare providers to come on site. The 148FW is open to innovative solutions. Line item 0004. Audio/Visual: All breakout rooms and the general session room require projectors, screens, microphones, and podiums. Line item 0005. Food: Require full catering at Per Diem rates. Please attach possible breakfast, lunch, and dinner options available at Per Diem rates. The 148FW will determine which meals to fund based on location and surrounding food venues. Price this item at Per Diem rates or below. Line item 0006. Coffee Break items. Propose all-day coffee/water and 2 healthy snacks per day (Saturday/Sunday). Line item 0007. Manpower Reporting. Contractors are required to report all labor hours, regardless of contract type, via one of the four enterprise-wide Contractor Manpower Reporting Applications (eCMRA) at http://www.ecmra.mil/. Possible dates: Nov 17-18 are proposed dates. If other weekends are available for your location (please indicate as such). Award contingent on a successful site visit by Contracting and the Yellow Ribbon Event coordinator. Site must be in conformance with the needs of the Yellow Ribbon Event program. All solicitation requirements are not absolute and the 148FW will consider innovative solutions to hosting this requirement. Award will be made based on price, convenience of location, and quality of the solicited line items. The purpose of the Yellow Ribbon Program is to provide a space of relaxation to service-members and families, while educating them on deployment resources. ****Quotation instructions**** Multiple solutions to the requirement should be offered as alternative quotes and will be evaluated as separate offers. Multiple solutions are encouraged. Innovative solutions are encouraged and will be evaluated in accordance with the intent of this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Vendor must provide a list of all items to be provided, the quantity and country of origin. Failure to provide country of origin may disqualify a quote if the contracting officer is unable to determine the country of origin. If an individual item of supply is valued over $5,000, contractor must comply with 252.211-7003 Item Unique Identification and Valuation. Response is encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. Include country of manufacture for all items. Include feasible delivery/installation dates as well. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. All questions and quotes must be directed to 148 Contracting Officer via email at usaf.mn.148-fw.list.msc-personnel@mail.mil. Questions asked within 1 week of solicitation close will be answered at the discretion of the Contracting Officer. Please make quotes good for 30 days, if possible. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer's discretion. Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. ****Clauses and Provisions**** 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.207-4 Economic Purchase Quantity-Supplies AUG 1987 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment OCT 2015 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law FEB 2016 52.212-1 Instructions to Offerors--Commercial Items JAN 2017 52.212-3 Offeror Representations and Certifications--Commercial Items JAN 2017 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (JAN 2017) Alternate I OCT 2014 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) JAN 2017 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns OCT 2014 52.219-28 Post-Award Small Business Program Rerepresentation JUL 2013 52.222-19 Child Labor -- Cooperation with Authorities and Remedies OCT 2016 52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-35 Equal Opportunity for Veterans OCT 2015 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-37 Employment Reports on Veterans FEB 2016 52.222-41 Service Contract Labor Standards MAY 2014 52.222-42 Statement Of Equivalent Rates For Federal Hires MAY 2014 52.222-43 Fair Labor Standards Act And Service Contract Labor Standards - Price Adjustment (Multiple Year And Option Contracts) MAY 2014 52.222-50 Combating Trafficking in Persons MAR 2015 52.222-55 Minimum Wages Under Executive Order 13658 DEC 2015 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. JUN 2016 52.223-15 Energy Efficiency in Energy-Consuming Products DEC 2007 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-18 Place of Manufacture MAR 2015 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. OCT 2015 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations MAY 2014 52.232-18 Availability Of Funds APR 1984 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information OCT 2016 252.204-7011 Alternative Line Item Structure SEP 2011 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.211-7003 Item Unique Identification and Valuation MAR 2016 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations JUN 2015 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7000 Buy American--Balance Of Payments Program Certificate--Basic (Nov 2014) NOV 2014 252.225-7031 Secondary Arab Boycott Of Israel JUN 2005 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program--Basic (DEC 2016) DEC 2016 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21-1/W912LM17T4022/listing.html)
 
Place of Performance
Address: Duluth, Minnesota, 55811, United States
Zip Code: 55811
 
Record
SN04479830-W 20170422/170420235632-b92f2036c6c89e6f047ae55f0a83a819 (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  © 1994-2020, Loren Data Corp.