Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2017 FBO #5641
SOLICITATION NOTICE

V -- Strong Bonds Event June - SOW/Bid Schedule

Notice Date
5/2/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 168 MSG/MSC, AK ANG, 3127 WABASH AVENUE, SUITE 101, EIELSON AFB, Alaska, 99702-1794, United States
 
ZIP Code
99702-1794
 
Solicitation Number
W91ZRU-17-Q-5001
 
Archive Date
5/26/2017
 
Point of Contact
Jeffery Porter, Phone: 9073778742, Stacey L Pfau, Phone: 9073778743
 
E-Mail Address
jeffery.g.porter2.mil@mail.mil, stacey.l.pfau.mil@mail.mil
(jeffery.g.porter2.mil@mail.mil, stacey.l.pfau.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Bid Schedule This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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. Solicitation number W91ZRU-17-Q-5001 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This acquisition is 100% unrestricted/full and open. This combined solicitation is under North American Industry Classification Standards (NAICS) code 721110 not to exceed $32,500,000.00. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the System for Award Management database (SAM, http://www.sam.gov Reference: DFARS 252.204-7004, Alt A Required Central Contractor Registration). You will not be eligible to receive an award if you are not registered in Wide Area Workflow (WAWF). The following commercial non personal services are requested in this combined synopsis/solicitation: Description of Requirement: This Request for Quote (RFQ) is for group event couples retreat in support of a Strong Bonds event which shall include: lodging, meeting space, meals (to include breakfast, lunch, and dinner), refreshments and use of audio visual equipment. Please refer to the Statement of Work (SOW) for specific requirements. The event will be located in Denali, Alaska (Zip code 99755) on 9 - 11 June 2017. Quote Information: Quotes must be submitted and received no later than 11 May 2017 at 1200 hours Alaska Daylight Time (AKDT)/1600 (ET). Attached to this RFQ is a Bid Schedule. Interested parties are to complete this Bid Schedule. All qualified companies IAW the SOW will be evaluated on lowest price. Quotes may be e-mailed to the attention of the P.O.C. listed below. Evaluation Criteria and Financing Information: Award will be made to the lowest priced offeror that meets the minimum performance standards and specified requirements established by the statement of work. Contractor must be determined responsible in accordance with FAR Part 9. This will be a Firm-Fixed Price award and telephone bids will not be processed. Once this solicitation is posted, it is imperative that interested parties review the website frequently for any updates/amendments to any and all documents. Contractors submitting a quotes must have a Cage Code and be registered in the System of Award Management (SAM) at https://www.sam.gov. Registration requires applicants to have a DUNS number from Dunn & Bradstreet. The contracting office for this requirement is the 168th Contracting Element, 325 Tanker Street, Suite 307, Eielson AFB, AK 99702. Please submit any questions regarding this acquisition to the referenced point of contact(s). Contact Information: SMSgt Stacey L. Pfau, Contracting Officer Ph: (907) 377-8743, email: stacey.l.pfau.mil@mail.mil or TSgt Jeffery Porter, Contracting Specialist Ph: (907) 377-8742, email: Jeffery.g.porter2.mil@mail.mil Clauses and Provisions: The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant contract: FAR 52.204-7 Systems for Award Management FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-16 Commercial and Government FAR 52.204-18 Commercial and Government FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal). FAR 52. 211-17, Delivery of Excess Quantities (for multiple quantities). FAR 52.237-1, Site Visit (if applicable). FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price of all item "all or none". FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications via the System for Award Management (SAM). FAR 52.212-4, Contract Terms and Condition-Commercial Items. 52.212-5, (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable). FAR 52.219-28, Post Award Small Business Representation (if applicable). FAR 52.222-3 Convict Labor FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-35, Equal Opportunity for Veterans. FAR 52.222-36, Equal Opportunity for Workers With Disabilities. FAR 52.222-37, Employment Reports on Veterans. FAR 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.222-54, Employment Eligibility Verification. FAR 52.222-55 Minimum Wages Under Executive Order 13658 FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-1, Buy American - Supplies. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.225-25 Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran -representation and certifications FAR 52.228-5, Insurance-Work on a government Installation. FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. FAR 52.232-36, Payment by Third Party. FAR 52.232-39 - Unenforceability of Unauthorized Obligations. FAR 52.232-40 Providing Accelerated Payments to Small FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil FAR 52.252-6 Authorized Deviations in Clauses FAR 52.253-1, Computer Generated Forms (when contractor is required to submit data). DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008 Compliance with Safeguarding DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information. DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. DFARS 252.215-7008, Only One Offer. DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable). DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable). DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. DFARS 252.225-7012, Preference for Certain Domestic Commodities. DFARS 252.225-7048 Export-Controlled Items. DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7002, Request for Equitable Adjustment (when applicable). DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.246-7000, Material Inspection And Receiving Report. DFARS 252.247-7023, Transportation of Supplies by Sea.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA51-2/W91ZRU-17-Q-5001/listing.html)
 
Place of Performance
Address: Denali Area, Denali, Alaska, 99755, United States
Zip Code: 99755
 
Record
SN04492739-W 20170504/170502235029-8a107afc9424a007e3f83a1ee0fbea28 (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.