Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
SOLICITATION NOTICE

V -- Yellow Ribbon July 2017 - Package #1

Notice Date
5/1/2017
 
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-0704
 
Archive Date
5/20/2017
 
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
PWS Posting W912NR-17-Q-0704 YELLOW RIBBON JULY OR AUGUST 2017 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-0704 is issued as a Request for Quote. This procurement is UNRESTRICTED. 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 needs a quote for lodging, meals, meeting space and AV equipment for dates below. Our intent is to award one (1) contract for this Yellow Ribbon Event. Numbers are approximate and will be confirmed no later than 72 hours prior to event. However, quotes for individual line items below will be accepted and evaluated. Due to mission requirements, the dates are not more flexible and the location of the hotel must be in within the New Orleans Metropolitan Area Codes: 70130, 70112, 70113, and 70116. 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 lodging and meeting spaces to accommodate requirements listed in the attached scope of work. 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. W912NR-17-Q-0704 YELLOW RIBBON JULY OR AUGUST 2017 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 W912NR-17-Q-0704 YELLOW RIBBON JULY OR AUGUST 2017 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-17Q-0704 - Yellow Ribbon Event 2017 Quotes shall stipulate the lodging rooms, meeting rooms and dining rooms are on-site and at the same location (hotel). 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 quotes is Wednesday, May 5th, 2016 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. W912NR-17-Q-0704 YELLOW RIBBON JULY OR AUGUST 2017 Line Item #1: Yellow Ribbon Event 21-23 July 2017. SUBCLIN 01: LODGING/SLEEPING ROOMS Friday: 21 July 2017. Quantity: 50 Unit of issue: Each Unit Price: $ _____ (must be at or below the per diem rate) Line Item Total: $______ SUBCLIN 02: LODGING/SLEEPING ROOMS Saturday: 22 July 2017. Quantity: 190 Unit of issue: Each Unit Price: $ _____ (must be at or below the per diem rate) Line Item Total: $______ SUBCLIN 03: FOOD and BEVERAGE, BREAKFAST BUFFET: Saturday, 22 July 2017 Quantity: 650 Unit of issue: Each Unit Price: $ _____ Line Item Total: $______ SUBCLIN 04: FOOD and BEVERAGE, LUNCH BUFFET: Saturday, 22 July 2017 Quantity: 650 Unit of issue: Each Unit Price: $ _____ Line Item Total: $______ SUBCLIN 05: FOOD and BEVERAGE, DINNER BUFFET: Saturday, 22 July 2017 Quantity: 650 Unit of issue: Each Unit Price: $ _____ W912NR-17-Q-0704 YELLOW RIBBON JULY OR AUGUST 2017 Line Item Total: $______ SUBCLIN 06: FOOD and BEVERAGE, BREAKFAST BUFFET: Sunday, 23 July 2017 Quantity: 650 Unit of issue: Each Unit Price: $ _____ Line Item Total: $______ SUBCLIN 07: FOOD and BEVERAGE, LUNCH BUFFET: Sunday, 23 July 2017 Quantity: 650 Unit of issue: Each Unit Percentage: _____ Unit Price: $ _____ Line Item Total: $______ SUBCLIN 08: MISCELLANEOUS Quantity: 1 Unit of issue: Each Unit Price: $ _____ Line Item Total: $______ ALTERNATE DATE OPTION: Yellow Ribbon Event 25-27 August 2017. SUBCLIN 01: LODGING/SLEEPING ROOMS Friday: 25 August 2017 Quantity: 50 Unit of issue: Each Unit Price: $ _____ (must be at or below the per diem rate) Line Item Total: $______ W912NR-17-Q-0704 YELLOW RIBBON JULY OR AUGUST 2017 SUBCLIN 02: LODGING/SLEEPING ROOMS Saturday: 26 August 2017 Quantity: 190 Unit of issue: Each Unit Price: $ _____ (must be at or below the per diem rate) Line Item Total: $______ SUBCLIN 03: FOOD and BEVERAGE, BREAKFAST BUFFET: Saturday, 26 August 2017 Quantity: 650 Unit of issue: Each Unit Price: $ _____ Line Item Total: $______ SUBCLIN 04: FOOD and BEVERAGE, LUNCH BUFFET: Saturday, 26 August 2017 Quantity: 650 Unit of issue: Each Unit Price: $ _____ Line Item Total: $______ SUBCLIN 05: FOOD and BEVERAGE, DINNER BUFFET: Saturday, 26 August 2017 Quantity: 650 Unit of issue: Each Unit Price: $ _____ Line Item Total: $______ SUBCLIN 06: FOOD and BEVERAGE, BREAKFAST BUFFET: Sunday, 27 August 2017 Quantity: 650 Unit of issue: Each Unit Price: $ _____ Line Item Total: $______ W912NR-17-Q-0704 YELLOW RIBBON JULY OR AUGUST 2017 SUBCLIN 07: FOOD and BEVERAGE, LUNCH BUFFET: Sunday, 27 August 2017 Quantity: 650 Unit of issue: Each Unit Price: $ _____ Line Item Total: $______ SUBCLIN 08: MISCELLANEOUS Quantity: 1 Unit of issue: Each Unit Price: $ _____ Line Item Total: $______ 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 W912NR-17-Q-0704 YELLOW RIBBON JULY OR AUGUST 2017 and meal allowances. To find the meals breakdown for each meal go to http://www.gsa.gov/portal/content/101518. Line Item #1: Yellow Ribbon Event 21-23 July 2017. SUBCLIN 01: __________ SUBCLIN 02: __________ SUBCLIN 03: __________ SUBCLIN 04: __________ SUBCLIN 05: __________ SUBCLIN 06: __________ SUBCLIN 07: __________ SUBCLIN 08: __________ Line Item #2: ALTERNATE DATE OPTION: Yellow Ribbon Event 25-27 August 2017. SUBCLIN 01: __________ SUBCLIN 02: __________ SUBCLIN 03: __________ SUBCLIN 04: __________ SUBCLIN 05: __________ SUBCLIN 06: __________ SUBCLIN 07: __________ SUBCLIN 08: __________ 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 W912NR-17-Q-0704 YELLOW RIBBON JULY OR AUGUST 2017 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-0704/listing.html)
 
Place of Performance
Address: Described Hotel within the 70112, 70113, 70116, 70130, New Orleans, Louisiana, United States
 
Record
SN04490802-W 20170503/170501234325-7e925a235b48a846699ab65e5535d5bc (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.