Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
MODIFICATION

V -- FLORIDA NATIONAL GUARD FAMILY READINESS VOLUNTEER SYMPOSIUM

Notice Date
5/18/2017
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Florida, 189 Marine Street, St. Augustine, Florida, 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-17-T-0034
 
Archive Date
6/16/2017
 
Point of Contact
Deborah U. Bray, Phone: 9048230555, Brian Joseph Williams, Phone: 9048230567
 
E-Mail Address
deborah.u.bray.civ@mail.mil, brian.j.williams9.mil@mail.mil
(deborah.u.bray.civ@mail.mil, brian.j.williams9.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. The Florida National Guard will be awarding a Firm-Fixed Price Contract; a Performance Work Statement (PWS) is provided. 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 2005-95. 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/. This solicitation, W911YN-17-T-0034 is being issued as a Request for Quote (RFQ). This procurement is 100% set aside for Small Business. Principle NAICS for this acquisition is 721110 and size standard is $32.5 million. The Florida Army National Guard (FLARNG) Family Readiness Volunteer Symposium requires a full service hotel/resort and meeting space accommodations located in Lake Buena Vista / Orlando, FL to host a Volunteer Symposium on 23-25 June 2017 in accordance with the Statement of Work. This location must be a full service hotel. Restaurants or catering services must be available on the premise. The contract will be awarded to the lowest priced technically acceptable proposal. Technical acceptable is meeting all solicitation and performance work statement (PWS) requirements. A site visit to the hotel may be required prior to award. The Place of Performance will be the hotel provided in the selected offer. ***This solicitation is not for third party vendors or event planners. Quotes must come directly from the hotel.*** For quoting this event, be sure to follow the Contract Line Item Structure listed below. Remember that the Government is a tax exempt organization and we are not able to pay service fees or gratuities. The rates quoted must be at or below the per diem rate without any additional fees. Per Diem rates are located at http://www.gsa.gov/portal/category/100120 for lodging and meal allowances. Master Bill (ON CONTRACT) Line Item 0001: Hotel Rooms Thursday night/8 rooms and Friday night/108 rooms and Saturday night/108 rooms Quantity: 224 Unit of issue: Each Unit Price: $ _____ Line Item Total: $______ Line Item 0002: General Session Room and Breakout Rooms Quantity: 1 Unit of issue: Lot Unit Price: $ _____ Line Item Total: $______ Line Item 0003: Audio Visual Saturday Quantity: 1 Unit of issue: Lot Unit Price: $ _____ Line Item Total: $______ Line Item 0004a: Breakfast Saturday - Qty 120 Sunday - Qty 120 Quantity: 240 Unit of issue: Each Unit Price: $ _____ Line Item Total: $______ Line Item 0004b: Lunch Saturday - Qty 120 Quantity: 120 Unit of issue: Each Unit Price: $ _____ Line Item Total: $______ Line Item 0004c: Dinner on Saturday Quantity: 120 Unit of issue: Each Unit Price: $ _____ Line Item Total: $______ Line Item 0005: Security Requirements Informational Only Line Item 0006: Additional Requirements - Parking (if applicable) Quantity: 120 Unit of issue: Each Unit Price: $ _____ Line Item Total: $______ Grand Total CLINs 0001-0006: $_________________ This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures. The Government intends to place a single, Firm-Fixed Price order without discussions. Therefore, offers should submit their best offer up front. Do not assume you will be able to revise your offer. The following FAR/DFAR clauses and provisions are included for the purposes of this Combined Synopsis/Solicitation and most current versions will be incorporated into any resulting order 52.202-1 Definitions 52.203-5 Covenant Against Contingent Fees 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 52.204-6 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 52.204-22 Alternative Line Item Proposal 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 52.212-2 Evaluation--Commercial items Basis of Award: lowest priced technically acceptable. Technical acceptable is meeting all solicitation and performance work statement (PWS) requirements. 52.212-3 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/). 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) 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-1 Notice To The Government Of Labor Disputes 52.222-3 Convict Labor 52.222-19 Child Labor -- Cooperation with Authorities and Remedies 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity For Workers With Disabilities 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 52.232-1 Payments APR 1984 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 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 52.252-2 Clauses Incorporated By Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 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 252.204-7011 Alternative Line Item Structure 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 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 All questions in response to this notice must be submitted by email to Deborah.u.bray.civ@mail.mil and brian.j.williams9.mil@mail.mil not later than 10:00am (EST) Friday, May 12, 2017. The deadline for quotes is Thursday, June 1, 2017 by 10:00am EST. Submit quotes through FBO and Email to Deborah.u.bray.civ@mail.mil. Please include the Solicitation number in the subject line of the email. Submittal Requirements: Submit the following in order to be considered for award. 1. Pricing of CLINS 0001 through 0006 as outlined above and on the Statement of Work. 2. Representations and Certifications, in accordance with FAR 52.212-3, or ensure your SAM registration Representations and Certifications are complete. 3. Include the following on your quote: - Solicitation Number - DUNS Number - Cage Code - Tax ID Number Offers received after 10 am on Thursday, June 1, 2017, the required date of submission may not be considered unless determined to be in the best interest of the government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN-17-T-0034/listing.html)
 
Place of Performance
Address: Lake Buena Vista/Orlando Area in Florida, Orlando, Florida, United States
 
Record
SN04514869-W 20170520/170519000857-73ce60f3d5af44036bc5439312539109 (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.