Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
SOLICITATION NOTICE

V -- Yellow Ribbon Event July 2017 - W912LQ-17-Q-0005

Notice Date
5/24/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Virginia, Building 316, Fort Pickett, Blackstone, Virginia, 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ-17-Q-0005
 
Archive Date
7/16/2017
 
Point of Contact
Rebecca Fowler, Phone: 4342986206
 
E-Mail Address
rebecca.l.fowler6.civ@mail.mil
(rebecca.l.fowler6.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Full Text Provisions and Clauses, Performance Work Statement and Performance Requirements Summary This solicitation is being issued as 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 and corresponding attachments constitute the only solicitation; quotes are being requested and a separate solicitation will not be issued. Solicitation W912LQ-17-Q-0005 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective 19 Jan 2017. This procurement is being issued as a Small Business Set-Aside (SBSA) under NAICS code 721110 with a small business size standard of $32.5M. The Virginia Army National Guard will conduct a Yellow Ribbon event on April 15-16, 2017 in the Richmond, Virginia area. Award will be made to the vendor offering the best value to the government, considering price, technical and past performance. Technical and past performance are equal in weight, but when combined are more important than price. See Submission Requirements included in this announcement for information required to be submitted for purposes of evaluating technical and past performance. In order to be considered for award, vendors must have an active registration in the System for Award Management (SAM) database at www.sam.gov. The performance work statement included as an attachment to this announcement, or subsequent amendment, will be made a part of any resulting award. The below pricing schedule may be used for pricing or you may use your own pricing schedule. However, your pricing schedule must clearly annotate pricing or the words, "not separately priced" or "no cost" for each requirement identified. Omission of no cost line items may cause your quote to be non-responsive. Unit prices shall include all applicable fees, to include any non-exempt fees/taxes. A Virginia Sales Tax exemption form can be provided to the successful contractor. In anticipation of questions of whether the government per diem rate is required, the following response is provided: The solicitation is being issued on a competitive basis. The rate utilized for purposes of award will be the rate quoted by the offeror determined to offer the lowest technically acceptable price. However, all-inclusive pricing shall not exceed the per diem pricing for the locality of the facility. Lodging Rooms July 14 and 15, 2017 (25 + 90) = Estimated 115 $_________ per room General Session Room to include all support and audio-visual requirements July 14-16, 2017 1 room x 3 days = 3 $_________ per day Resource Provider Area July 15-16 1 area for 2 days = 2 $___________day Breakout Room July 15-16, 2017 1 room x 2 days = 2 $____________day Counseling Rooms July 15-16, 2017 2 rooms x 2 days = 4 $____________day Child care Rooms July 15-16, 2017 2 rooms x 2 days = 4 $____________day Teen Room July 15-16, 2017 1 room x 2 days = 2 $__________day Lunch for teens and adults July 15-16, 2017 Estimated 160 per meal x 2 meals = Est 320 $________ per meal Lunch for children July 15-16, 2017 Estimated 40 per meal x 2 meals = Est 80 $_________ per meal Contractor Manpower Reporting 1 report $___________per report The following two lines will not be included on any resulting contract, but will be used for the purposes of evaluating overall price. Lodging Rooms for Staff July 14 and 15, 2017 (13 x 2 nights) = Estimated 26 $____________per room Parking for Overnight Guests and All Attendees July 15 and 16, 2017 = Estimated 115 x 2 days $________ per day Paragraph (e) of FAR Provision 52.212-1 encourages offerors to present alternative terms and conditions for satisfying the requirements of this solicitation. The offeror must clearly annotate the alternative(s) in their quote. The government may or may not accept the alternative term or condition. Such determination will be made based on whether it is in the government's best interest to accept the proposed alternative. All questions shall be submitted in writing and received prior to 4:30 p.m. ET, May 31, 2017. Questions should be sent via email to rebecca.l.fowler6.civ@mail.mil. Quotes are due not later than the time and date specified on the Federal Business Opportunities (FBO) website, www.fbo.gov. Quotes should be sent via email to rebecca.l.fowler6.civ@mail.mil. Submission Requirements: Prospective vendors must submit the following information with their quote package. Failure to submit one or more of the required documents may render the submission unresponsive. 1 - Technical a. The name and address of the lodging and event facility. b. The lodging and event facility FEMA number. c. A fact sheet addressing hotel services available to all guests. d. A statement regarding parking availability, to include if parking is available on site or off site and if there is a parking fee. 2 - Past Performance - References, not to exceed five (5), for similar size events conducted in the last twelve months. The contract number and/or event name, point of contact with phone number and/email address (email address is preferred), and dates of the event are required to be provided. 3 - Price (using above pricing schedule or your own pricing schedule) 4 - Completed copies of representations and certifications (see attachment) The following provisions are incorporated in this solicitation by reference: FAR 52.204-7, System for Award Management; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.212-1, Instructions to Offerors - Commercial (Amended to delete paragraphs (d) Product Samples, and (h) Multiple Awards; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations; The following clauses are incorporated in this solicitation by reference: FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A, System for Award Management; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.225-7001, Buy American and Balance of Payments Program - Basic; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated in this solicitation by full text. The full text is found in the attachment to this announcement. FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain International Confidentiality Agreements or Statements - Representation; FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items Alternate I (must be returned with quote); FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; DFARS 252.247-7022, Representation of Extent of Transportation by Sea (must be returned with quote) The following clauses are incorporated by full text. The full text is found in the attachment to this announcement. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2013-O0019); FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions IMPORTANT INFORMATION FOR 3rd PARTY VENDORS (Event Planners, etc.) The government is bound by the terms and conditions of the award issued to the contractor identified on page 1 of the Standard Form (SF) 1449, Block 17a. The government is NOT bound by the terms and conditions agreed upon by the lodging/event facility, caterer and/or audio visual company and the contractor identified on the SF1449. With the exception of payment terms, any deviation from the performance requirement must be submitted as an alternative at the time quotes are submitted. The government may or may not accept the alternative term or condition; therefore, if a company is unable to accept an award unless the alternative is accepted it must be clearly annotated on the quote. Additional information, including example scenarios, are contained in the attached document.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-17-Q-0005/listing.html)
 
Place of Performance
Address: To Be Determined, Virginia, United States
 
Record
SN04520703-W 20170526/170524235325-9b87f5da4d2e956bbf62acf0f1b8fddc (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.