Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
MODIFICATION

X -- Wisconsin Yellow Ribbon Event June 2017 - Solicitation 1

Notice Date
4/26/2017
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 115 MSG/MSC, WI ANG, 3110 MITCHELL STREET, BLDG 500, MADISON, Wisconsin, 53704-2591, United States
 
ZIP Code
53704-2591
 
Solicitation Number
W912J2-17-Q-1005
 
Archive Date
5/17/2017
 
Point of Contact
Scott E. Homner, Phone: 6082454524
 
E-Mail Address
scott.e.homner.mil@mail.mil
(scott.e.homner.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work-Updated 26Apr17 This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement and corresponding attachments constitute the only notice; quotes are being requested and a separate solicitation will not be issued. Solicitation W912J2-17-Q-1005 is issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 Jan 2017, and Defense Acquisition Circular DPN 20161222, effective 22 Dec 2016. This RFQ is an unrestricted procurement allowing for full and open competition under North American Industry Classification System (NAICS) code 721110 - Hotels (except Casino Hotels) and Motels, with a small business size standard of $32.5M. A firm fixed price contract is anticipated. The Wisconsin Air National Guard will conduct a Yellow Ribbon event on 3-4 June 2017, with set-up on 2 June 2017. The following items are requested in accordance with the attached Statement of Work (SOW): event space, lodging, meals, and audio visual equipment. The event location is to be in Wisconsin, within a 100 mile radius of Madison, WI. The number of lodging rooms may vary significantly and is dependent upon the location of the event. Quotes for fewer than the number of rooms specified on the Statement of Work are encouraged and will be considered. Award will be based on lowest price technically acceptable. Award may require a successful site visit by Contracting and the Yellow Ribbon Event coordinator to ensure the site is in conformance with the needs of the Yellow Ribbon program. Offerors are encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. Paragraph (e) of FAR Provision 52.212-1 encourages offerors to present alternative terms and conditions for satisfying the requirements of this solicitation. The offeror must clearly annotate the alternative(s) in their quote. The government may or may not accept the alternative term or condition. Such determination will be made based upon whether it is in the government's best interest to accept the proposed alternative. The performance work statement included as an attachment to this announcement, or subsequent amendment, will be made a part of any resulting award. Instructions to Offerors 1. All questions shall be in writing. Questions shall be emailed to Scott Homner at scott.e.homner@mail.mil. Questions must be submitted no later than 3:00 p.m. (central time) on 27 April 2017. 2. All quotes are due no later than 1:00 p.m. (central time), 2 May 2017. Quotes must be emailed to scott.e.homner@mail.mil and katherine.i.fox.mil@mail.mil. It is your responsibility to make sure your quote is received. 3. See the attached Pricing Schedule for Contract Line Item Numbers (CLINs). The Pricing Schedule may be used for pricing or you may use your own pricing schedule. However, your pricing schedule must clearly annotate pricing or the words, "not separately priced" or "no cost" for each requirement identified. Omission of no cost line items may cause your quote to be non-responsive. Unit prices shall include all applicable fees, to include any non-exempt taxes. 4. Lodging and meal rates shall not exceed the local per diem rates, as outlined in the statement of work. 5. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. 6. Quotes in response to this solicitation must include the Offeror's CAGE Code or DUNS Number. 7. It is the interested Offeror's responsibility to check FedBizOpps for updated information. --------------------------------------------------------------- FAR 52.232-18 -- Availability of Funds is applicable to this solicitation: Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their proposal or be currently registered in the SAM website with their Representations and Certifications completed. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 - Evaluation-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. The following provisions and clauses are incorporated in this solicitation by reference: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-16 Commercial and Government Entity Code Reporting 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Domestic Corporations 52.212-1 - Instructions to Offerors - Commercial Items 52.212-2 Evaluation- Commercial Items 52.212-3 Alt I Offeror Representations and Certifications- Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concern 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Contractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-1 Provisions Incorporated by Reference, http://farsite.hill.af.mil 52.252-2 Clauses Incorporated by Reference, http://farsite.hill.af.mil 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7994 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION) 252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure Information to Litigation Support Contractors 252.211-7003 Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American - Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7031 Secondary Arab Boycott of Israel 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-1/W912J2-17-Q-1005/listing.html)
 
Place of Performance
Address: In Wisconsin, within a 100 mile radius of Madison, WI., United States
 
Record
SN04486375-W 20170428/170426235355-a75b96d4163b7e57a4e61cda16f54fbd (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.