Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 29, 2017 FBO #5636
SOLICITATION NOTICE

V -- Strong Bonds June 2017 - PWS - Posting

Notice Date
4/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
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-Q-0705
 
Archive Date
5/18/2017
 
Point of Contact
John Kattengell, Phone: 5043918369
 
E-Mail Address
john.r.kattengell2.mil@mail.mil
(john.r.kattengell2.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Posting to print Work Statement Attachment 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-Q-0705 is issued as a Request for Quote. This procurement is a UNRESTRICTED, Local Area Set Aside. The NAICS code for this acquisition is 721110 - Hotels (except Casino Hotels) and Motels. The small business size standard for this NAICS code is $32.5 million. The Louisiana Air National Guard will be awarding a Firm-Fixed Price Contract. This solicitation is for a firm fixed price contract and will be awarded to the lowest priced technically acceptable. The Louisiana Air National Guard requests a quote for lodging, meals, meeting space and AV equipment for the dates specified herein. Our intent is to award one (1) contract for this Event. Numbers are approximate and will be confirmed no later than 72 hours prior to event. However, proposals for individual line items below will be accepted and evaluated. Due to mission requirements, the dates are not flexible and the location of the hotel must be in within the New Orleans Area Codes: 70112, 70113, 70116, 70130. This will be a firm fixed priced contract. The contract will be awarded to lowest priced technically acceptable. A Government site visit to the hotel may be requested prior to award. Hotel accommodations must include co-located, on-site lodging and meeting spaces to accommodate requirements listed in the attached work statement. If third party vendors or event planners bid on event, they must be available during the entire timeframe to be physically present at the hotel to manage the contract requirements and handle any problems that may occur at no additional expense to the government or hotel. Additionally they must be willing to attend planning meetings as required at no additional expense to the government or hotel. Lodging and meal rates must be at or below the per diem rates. To figure out the per diem rates go to http://www.gsa.gov/portal/category/100120. For quoting this event, be sure to follow the Line Item Structure attached. Also attached is a Quote Submission form which has the line items listed out and the green initiatives requirements. This form must be completed in order to be considered a responsive quote. Please also be sure to submit a sample menu or the meals. SEE ATTACHED LINE ITEM BREAKDOWN FOR REQUIREMENTS. The following FAR/DFAR clauses and provisions are applicable to this acquisition: 52.202-1 Definitions JAN 2012 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures OCT 2010 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.216-24 Limitation Of Government Liability APR 1984 52.216-25 Contract Definitization OCT 2010 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications DEC 2012 52.232-1 Payments APR 1984 52.232-18 Availability if Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer-System for Award Management JUL 2013 52.233-1 Disputes JUL 2002 52.233-2 Service Of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.243-1 Changes--Fixed Price AUG 1987 52.252-2 Clauses Incorporated By Reference FEB 1998 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 Executive Order 13514: Federal Leadership in Environmental, Energy, and Economic Performance (OCT 2009) To be awarded this contract, the offeror must be registered in the SAM and remain active during period of performance. (https://www.sam.gov/portal/public/SAM/). All vendors MUST have a publicly visible registration in the System for Award Management (SAM). Duns & Bradstreet, CAGE Code & Federal Tax ID numbers MUST be submitted with offer. If you need any additional assistance getting registered, please send me an email and I will send you additional instructions. All questions, quote submission form, sample menus and hotel information in response to this notice must be submitted by email to john.r.kattengell2.mil@mail.mil. All questions must be submitted as soon as possible. Email shall be sent with the following subject line: W912NR-17-Q-0705 - Strong Bonds Event June 2017 Quotes must be stipulate that all of the rooms, and the meeting space are at the same location (hotel) will be evaluated first and will be based on lowest priced technically acceptable. If we do not receive adequate quotes that can accommodate all requirements (lodging and meeting spaces), we will then evaluate quotes where the lodging and meeting spaces are at two separate locations and evaluate them based on lowest priced technically acceptable. The deadline for quote submission is Wednesday, May 3rd, 2017 by 10:00am CST. Contracting Office Address: 159 FW Contracting Office, 400 Russell Ave Box 24, NASJRB, New Orleans, LA 70143. Point of Contact(s): SSgt John Kattengell, 504-391-8369 or john.r.kattengell2.mil@mail.mil. Line Item #1: Strong Bonds 23-25 June 2017. SUBCLIN 01: Lodging: LODGING/SLEEPING ROOMS 23 June 2017. Quantity: 50 Unit of issue: Each Unit Price: $ _____ (must be at or below the per diem rate) Line Item Total: tiny_mce_marker_____ SUBCLIN 02: Lodging: LODGING/SLEEPING ROOMS 24 June 2017. Quantity: 50 Unit of issue: Each Unit Price: $ _____ (must be at or below the per diem rate) Line Item Total: tiny_mce_marker_____ SUBCLIN 03: DINNER MEAL 23 June 2017. Quantity: 50 Unit of issue: Each Unit Price: $ _____ Line Item Total: tiny_mce_marker_____ SUBCLIN 04: BREAKFAST MEAL 24 June 2017. Quantity: 50 Unit of issue: Each Unit Price: $ _____ Line Item Total: tiny_mce_marker_____ SUBCLIN 05: LUNCH MEAL 24 June 2017. Quantity: 50 Unit of issue: Each Unit Price: $ _____ Line Item Total: tiny_mce_marker_____ SUBCLIN 06: BREAKFAST MEAL 25 June 2017. Quantity: 50 Unit of issue: Each Unit Price: $ _____ Line Item Total: tiny_mce_marker_____ SUBCLIN 07: MISCELLANEOUS Quantity: 1 Unit of issue: Each Unit Price: $ _____ Line Item Total: tiny_mce_marker_____ Quote Submission Form Vendor Information Vendor Name: ____________________ Vendor Person to Contact (POC): ______________________ POC Phone number: ______________________________ Cage Code: ______ DUNS Number: _________ Tax ID Number: ___________ For quoting this event, be sure to follow the Line Item Structure listed below. This form must be completed in order to be considered a responsive quote. Please also be sure to submit a sample menu for the meals. Remember that we are a tax exempt organization and we are not able to pay services fees or gratuity fees. The rates quoted must be at or below the per diem rate without any addition fees. To figure out the per diem rates go to http://www.gsa.gov/portal/category/100120 for lodging and meal allowances. To find the meals breakdown for each meal go to http://www.gsa.gov/portal/content/101518. Line Item #1: Strong Bonds 23-25 June 2017 Total: _________________ SUBCLIN 01: __________ SUBCLIN 02: __________ SUBCLIN 03: __________ SUBCLIN 04: __________ SUBCLIN 05: __________ SUBCLIN 06: __________ SUBCLIN 07: __________ Green Initiatives Program Vendor must have a Green Initiatives program in place and include this information with their proposal. Third party vendors must demonstrate Green Initiatives within your own company as well as the location submitted. Vendor must include use of reusable tableware/utensils/napkins whenever practical. Any disposable tableware used should include a minimum 72% bio-based content. Vendors offering items with recycled content are preferred in accordance with Executive Order 13514. List all item characteristics and company initiatives supporting environmental protection programs. All responsible quotes will provide answers to the following questions. ltem(s) made out of recycled content? What percentage? Water efficient item (if applicable)? Bio based or Bio preferred item? Non-Toxic? Non-Ozone depleting? Environmentally Preferable Products? Environmentally Friendly? Does the vendor Recycle? Does the company use post-consumer recycled paper? Does the company print on both sides? Does the company have a water conservation program? Does the company use energy efficient light bulbs? Are the electrical/electronic products Energy Star rated? Is the company LEED certified (Leadership in Energy and Environmental Design)? Does the company promote energy conservation? (ex. Turning computers off at night, turning off lights when no one is in the room, etc) Is the company 14001 Environmental Management Standards Certified? Comments:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA16-1/W912NR-17-Q-0705/listing.html)
 
Place of Performance
Address: 70130, 70112, 70113, 70116, New Orleans, Louisiana, United States
 
Record
SN04488959-W 20170429/170427235825-29e89d4419bd995e624af2824797d66c (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.