Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2017 FBO #5670
SOLICITATION NOTICE

U -- State Youth Symposium - Synopsis/Solicitation Attachments

Notice Date
5/31/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721214 — Recreational and Vacation Camps (except Campgrounds)
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa, 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-17-Q-3015
 
Archive Date
6/29/2017
 
Point of Contact
Tracy C. Canada, Phone: 5152524616, Vicky L. Williams, Phone: 5152524615
 
E-Mail Address
tracy.c.canada.mil@mail.mil, vicky.l.williams10.civ@mail.mil
(tracy.c.canada.mil@mail.mil, vicky.l.williams10.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment #3: Wage Determination No: 2015-4979, Revision No. 1, dated 02-09-2017 Attachment #2: Full Text Provisions and Clauses Attachment #1: PWS This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. This solicitation, W912LP-17-Q-3015, 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 Unrestricted. The NAICS code is 721214 and the small business size standard is $7.5 million. Basis for award is price. The following commercial services are requested in this solicitation: Contractor shall provide sleeping rooms, breakfast, lunch, dinner and travel day meals, and youth activities programming requirements in accordance with the attached Performance Work Statement (PWS). Contract line item numbers (CLINs) and quantities are as follows: CLIN 0001: Lodging as described in Attachment #1, PWS (up to 100 attendees) CLIN 0002: Breakfast Meals as described in Attachment #1, PWS (up to 100 attendees, 1 meal per camp day) CLIN 0003: Lunch Meals as described in Attachment #1, PWS (up to 100 attendees, 1 meal per camp day) CLIN 0004: Dinner Meals as described in Attachment #1, PWS (up to 100 attendees, 1 meal per camp day) CLIN 0005: Travel Day Meals as described in Attachment #1, PWS (up to 100 attendees, 1 meal per travel (drop-off and pick-up day) CLIN 0006: Youth Activities Programming as described in Attachment #1, PWS NOTE: If desired, Contractor may provide an all-inclusive "per person" price in lieu of pricing each of the above CLINs separately. CLIN 0007: Contractor Manpower Reporting (CMR) as described in Attachment #1, PWS. Contractor may price this item or indicate "no charge" or "not separately priced." Quote prices shall be firm fixed price (FFP) and inclusive of all labor, materials, and associated services required to provide the lodging, meals and programming requirements as described within the PWS. The following provisions are incorporated into this solicitation by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items DFARS 252.204-7011, Alternative Line Item Structure The following clauses are incorporated into this solicitation by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment #2. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls The following clauses are incorporated by full text. The full text is found in Attachment #2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.222-49, Service Contract Labor Standards -- Place of Performance Unknown DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Service Contract Labor Standards (formerly Service Contract Act) applies to this acquisition. Wage Determinations from several Iowa counties are provided as Attachment #3. Contractors should refer to the wage determination that is applicable to the county where their camp is located. If your camp is located in a county that is not listed in the attached wage determinations, refer to FAR clause 52.222-49, Service Contract Labor Standards -- Place of Performance Unknown, in Attachment #2. Submission Requirements: The contractor shall provide a quote on company letterhead, and must include the following information with their quote. 1) Company (Camp) Name, address and telephone number; 2) Point of Contact (POC) name, telephone number and email address; 3) Date(s) of availability for the camp (in order of preference if more than one date range is provided); 4) Camp brochure or narrative description of the camp and it's lodging facilities, dining facilities, community areas, and activities/programming that will be offered to camp attendees; 5) proposed agenda for the camp; and 6) pricing for the CLINs identified above. Quotes are due by 11:00 a.m. local (central) time on 14 June 2017 at USPFO for Iowa, Purchasing and Contracting (P&C), Camp Dodge, ATTN: SFC Tracy Canada, 7105 NW 70th Avenue, Bldg 3475, Room 104, Johnston, Iowa, 50131-1824. Electronic proposals are preferred, and may be submitted via e-mail to SFC Tracy Canada, tracy.c.canada.mil@mail.mil and Ms. Vicky Williams, vicky.l.williams10.civ@mail.mil. Facsimile proposals will not be accepted. Regardless of how proposals are sent, the contractor is responsible for following up to ensure they are received in the USPFO P&C Office by the due date/time. Questions regarding this solicitation may be directed to SFC Tracy Canada, Contract Specialist, at (515) 252-4616 or Ms. Vicky Williams, Contracting Officer, at (515) 252-4615 or to the email addresses identified for receipt of proposals by no later than 7 June 2017 at 9:00 a.m. local (central) time. Attachments: #1 - Performance Work Statement (PWS) #2 - Full Text Provisions and Clauses #3 - Wage Determinations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-17-Q-3015/listing.html)
 
Place of Performance
Address: NOTE: Residential camp location must be within Iowa borders, Iowa, United States
 
Record
SN04527316-W 20170602/170531235503-2f6766918ab5cc2967d20f015e8ba9dd (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.