Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
SOLICITATION NOTICE

X -- SC National Guard Summer Youth Camp (22-29 July 2017) - PWS

Notice Date
5/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721214 — Recreational and Vacation Camps (except Campgrounds)
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for South Carolina, 9 National Guard Road, Columbia, South Carolina, 29201-4763
 
ZIP Code
29201-4763
 
Solicitation Number
W912QG-17-T-0016
 
Archive Date
6/28/2017
 
Point of Contact
Vanessa J. Holmes, Phone: 8032994018
 
E-Mail Address
vanessa.j.holmes.mil@mail.mil
(vanessa.j.holmes.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS 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. Solicitation W912QG-17-T-0016 is being 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 2005-95 effective 19 Jan 2017. Provisions and clauses incorporated by reference have 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 associated North American Industrial Classification System (NAICS) code for this procurement is 721214 - Recreational and Vacation Camps (except camp grounds). Government intends to award a Firm Fixed Price Contract for a weeklong camp 22 -29 July 2017 for ages 10-17. The Government will award a contract resulting from this solicitation to the responsible contractor that meets the minimum technical requirement at the lowest price. A site visit to the camp ground may be required prior to award. Since award will be made without discussions, it is highly encouraged to quote your most advantageous pricing in your initial response. This requirement is unrestricted, full and open competition. For quoting this event, be sure to follow the Contract Line Item Number (CLIN) Structure listed below: REQUIREMENT: CLIN 0001 - Campers *Meals, lodging, and recreational activities should be included in price. Vendor will include a FULL Menu and FULL Activities Schedule with quote in accordance with the PWS* Qty: 150 Unit: ea Unit Price: $____________ Line Item 0001: $_____________ CLIN 0002 - Meals for Adults Qty: 50 Unit: ea Unit Price: $____________ Line Item 0002: $___________ CLIN 0003 - Additional Recreational Activities for campers that may have a fee Qty: 150 Unit: each Unit Price $ _____________ Line Item 0003 $____________ CLIN 0004 - Lodging for adults Qty: 50 Unit: ea Unit Price $ _____________ Line Item 0004 $____________ CLIN 0005 - Six Administrative Facilities Qty: 1 Unit: lot Unit Price $ _____________ Line Item 0005 $____________ Grand total of Base Year: $______________ ------------------------------------------------------------------------------------------------- Option Year 1 CLIN 1001 - Campers *Meals, lodging, and recreational activities should be included in price. Vendor will include a FULL Menu and FULL Activities Schedule with quote in accordance with the PWS* Qty: 150 Unit: ea Unit Price $____________ Line Item 1001 $_____________ CLIN 1002 - Meals for Adults Qty: 50 Unit: ea Unit Price $____________ Line Item 1002 $____________ CLIN 1003 - Additional Recreational Activities for campers that may have a fee Qty: 150 Unit: each Unit Price $ _____________ Line Item 1003 $____________ CLIN 1004 - Lodging for adults Qty: 50 Unit: ea Unit Price $ _____________ Line Item 1004 $____________ CLIN 1005 - Six Administrative Facilities Qty: 1 Unit: lot Unit Price $ _____________ Line Item 1005 $____________ Grand total of Option Year 1: $______________ ------------------------------------------------------------------------------------------------- Option Year 2 CLIN 2001 - Campers *Meals, lodging, and recreational activities should be included in price. Vendor will include a FULL Menu and FULL Activities Schedule with quote in accordance with the PWS* Qty: 150 Unit: ea Unit Price $____________ Line Item 2001 $_____________ CLIN 2002 - Meals for Adults Qty: 50 Unit: ea Unit Price $____________ Line Item 2002 $____________ CLIN 2003 - Additional Recreational Activities for campers that may have a fee Qty: 150 Unit: each Unit Price $ _____________ Line Item 2003 $____________ CLIN 2004 - Lodging for adults Qty: 50 Unit: ea Unit Price $ _____________ Line Item 2004 $____________ CLIN 2005 - Six Administrative Facilities Qty: 1 Unit: lot Unit Price $ _____________ Line Item 2005 $____________ Grand total of Option Year 2: $______________ ------------------------------------------------------------------------------------------------- Option Year 3 CLIN 3001 - Campers *Meals, lodging, and recreational activities should be included in price. Vendor will include a FULL Menu and FULL Activities Schedule with quote in accordance with the PWS* Qty: 150 Unit: ea Unit Price $____________ Line Item 3001 $_____________ CLIN 3002 - Meals for Adults Qty: 50 Unit: ea Unit Price $____________ Line Item 3002 $___________ CLIN 3003 - Additional Recreational Activities for campers that may have a fee Qty: 150 Unit: each Unit Price $ _____________ Line Item 3003 $____________ CLIN 3004 - Lodging for adults Qty: 50 Unit: ea Unit Price $ _____________ Line Item 3004 $____________ CLIN 3005 - Six Administrative Facilities Qty: 1 Unit: lot Unit Price $ _____________ Line Item 3005 $____________ Grand total of Option Year 3: $______________ ------------------------------------------------------------------------------------------------- Option Year 4 CLIN 4001 - Campers *Meals, lodging, and recreational activities should be included in price. Vendor will include a FULL Menu and FULL Activities Schedule with quote in accordance with the PWS* Qty: 150 Unit: ea Unit Price $____________ Line Item 4001 $_____________ CLIN 4002 - Meals for Adults Qty: 50 Unit: ea Unit Price $____________ Line Item 4002 $____________ CLIN 4003 - Additional Recreational Activities for campers that may have a fee Qty: 150 Unit: each Unit Price $ _____________ Line Item 4003 $____________ CLIN 4004 - Lodging for adults Qty: 50 Unit: ea Unit Price $ _____________ Line Item 4004 $____________ CLIN 4005 - Six Administrative Facilities Qty: 1 Unit: lot Unit Price $ _____________ Line Item 4005 $____________ Grand total of Option Year 4: $______________ GRAND TOTAL OF BASE AND OPTION YEARS: $________________ The following FAR/DFAR clauses and provisions apply to this solicitation and will remain in full force in any resultant award: 52.202-1 Definitions 52.203-3 Gratuities 52.203-5 Covenant Against Contingent Fees 52.203-6 Alt. I Restrictions on Subcontractor Sales to the Government - Alternate I 52.203-7 Anti-Kickback Procedures 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements of Statements 52.204-3 Taxpayer Identification 52.204-4 Printed or Copied - Double Sided on Post-consumer Fiber Content Paper 52.204-6 Data Universal Numbering System Number 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award 52.204-13 System for Award Management Maintenance; 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-22 Alternative Line Item Proposal 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 Inverted Domestic Corporations 52.211-18 Variation in Estimated Quantity 52.212-1 Instructions to Offerors--Commercial Items The offeror shall submit an electronic copy of their signed and dated offer via e-mail to vanessa.j.holmes.mil@mail.mil with the solicitation number in the subject block NLT Tuesday, June 13, 2017 at 10:00 AM EST. Include your DUNS number, Tax ID number, and cage code on your quote. Be sure to attach the full menu and activities schedule as stated in CLIN 0001. Provide up to three (3) references for camps/events conducted within the past three (3) years that are similar in size and magnitude as it relates to participants and activities. For evaluation purposes, please provide no more than five (5) pages of information that indicates your company meets the technical capability of the Performance Work Statement requirement. Offerors should provide adequate details in their quote. The Offeror must quote on an all or none basis. NOTE: BOTH A PRICE AND TECHNICAL PROPOSAL FOR ALL OFFERORS MUST BE SUBMITTED IN ORDER TO BE CONSIDERED FOR A CONTRACT. Request for Information (RFI): All questions must be in the form of an RFI in writing to the SFC VANESSA J. HOLMES at vanessa.j.holmes.mil@mail.mil no later than 10:00 AM ET on Wednesday, May 31, 2017. Those RFIs not received within the prescribed date and time will not be considered. Read this announcement and PWS in its entirety. Some of the clauses may contain information in which you must submit a response. 52.212-2 Evaluation--Commercial items Basis of Award: Lowest Price Technically Acceptable (LPTA). All or none basis. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is found to be most advantageous to the Government. The following factors shall be used to evaluate offers: 1. Technical: a. Camp location within 130 miles of SCNG FP/CYS Branch Office. b. Facility must provide the types of lodging as specified in PWS c. Facility must provide administration buildings d. Facility must provide the recreation services/events as specified in PWS e. Facility must be available the Period of Performance 1st, 2nd, or 3rd option dates f. Conformance with terms and conditions of the PWS 2. Past Performance - The Government will evaluate the quality and extent of the offeror's performance deemed relevant to the requirement of this solicitation. Provide up to three (3) references for camps/events conducted within the past three (3) years that are similar in size and magnitude as it relates to participants and activities. 3. Price: See CLIN Structure above For evaluation purposes, please provide no more than five (5) pages of information that indicates your company meets the technical capability of the Performance Work Statement requirement. Offerors should provide adequate details in their quote. Evaluation of technical factors shall be on an acceptable/unacceptable basis. All factors are required to achieve an acceptable rating to be considered technically acceptable. 52.212-3 ALT I. Offeror Representations and Certifications--Commercial Items Include completed copy of this provision with your proposal or indicate (with DUNS Number) that current information is available on the federal government website SAM (https://www.sam.gov/). Prospective contractors must be registered and ACTIVE in the System for Award Management (SAM) at time of award of a government contract. 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-1 Notice To The Government Of Labor Disputes 52.222-3 Convict Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action For Workers With Disabilities 52.222-37 Employment Reports on Veterans 52.222-41 Service Contract Labor Standards 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) 52.222-50 Combating Trafficking in Persons 52.223-6 Drug-Free Workplace 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-1 Buy American Act--Supplies 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.232-1 Payments 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-2 Service of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes--Fixed Price 52.244-6 Subcontracts for Commercial Items 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated By Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulations System (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 255.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management 252.204-7011 Alternative Line Item Structure 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.209-7998 Representation Regarding Conviction of a Felony Criminal 252.213-7000 Notice to Prospective Suppliers on the Use of Past performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. 252.215-7008 Only One Offer 252.222-7007 Representation Regarding Combating Trafficking in Persons 252.225-7012 Preference for Certain Domestic Commodities 252.225-7031 Secondary Arab Boycott of Israel 252.225-7048 Export-Controlled Items 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 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 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 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/DAHA38/W912QG-17-T-0016/listing.html)
 
Place of Performance
Address: within 130 miles of SCNG Branch Office, Columbia, South Carolina, 29201, United States
Zip Code: 29201
 
Record
SN04503406-W 20170512/170510235338-1834263da7d4361d7c0c06face6e91e6 (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.