Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOLICITATION NOTICE

V -- 118th Tennessee Air National Guard Strong Bonds - Request for Proposal - PWS 118th Strong Bonds

Notice Date
7/21/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Tennessee, PO Box 40748, Nashville, Tennessee, 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-17-Q-0535
 
Point of Contact
Rhonda Lien, Phone: 6153130530
 
E-Mail Address
rhonda.m.lien.civ@mail.mil
(rhonda.m.lien.civ@mail.mil)
 
Small Business Set-Aside
Very Small Business
 
Description
Combined Solicitation - PWS Request for Proposal - RFQ This is a combined synopsis/solicitation for the 118h Tennessee Air National Guard Strong Bonds - prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being solicited and this is the written solicitation. Solicitation number W912L7-17-Q-0535 is hereby issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This requirement is being advertised Small Business and the North American size standard is $32.5M Industry Classification System (NAICS) Code is 721110. All responsible sources may submit an offer, which will be considered by this Agency. This award is subject to the Service Contract Act, http://www.wdol.gov/sca.aspx The location for the event is East, TN (Sevierville, Pigeon Forge, and Gatlinburg) 25-27 AUG 2017. Proposals are due in this office no later than July 26, 2017, Wednesday @ 2:00pm (CST) local central daylight time. The proposal should be emailed to rhonda.m.lien.civ@mail.mil Point of Contact (POC) referencing this solicitation is Rhonda Lien at 615-313-0530. All information and requirements are listed in the Performance Work Statement. Evaluation factors for this award are based on lowest price technically acceptable by the government and the ability to meet the requirements of the Performance Workstatement. Offeror MUST provide Tax ID and CAGE Code and DUNN's# with proposal. Offeror must be Certified in www.SAM.gov (ORCA certified). This will be a determining factor in the award process if the offeror is not current in their certification. (ORCA is located at SAM) https://www.sam.gov/portal/public/SAM/. 52.212-2 EVALUATION - COMMERCIAL ITEMS 1.Guest Lodging - Vendor will provide a block of 66 rooms requesting pre-diem rate (on contract) 2.Conference Rooms - Vendor will provide 2 conference rooms total for the event 3.Meals - Breakfast and Lunch will be included, please refer to the PWS. 4.Security Requirements - Vendor will be required to complete National Agency Check (NAC) SF85P. Obtain any clearances that are required to conduct duties for TN-ANG. a.Vendor will lock all conference rooms nightly when not in use. 5.Audio Visual - See PWS for details 6.No third party vendors. 7.Outside Childcare Vendor will be needed. Another Solicitation will be sent out for childcare. Notification of award or acceptance of an offer will be emailed to the contractor. A.52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements B.52.204-09 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL C.52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS D.52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING. E.52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE. F.52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS. G.52.204-22 ALTERNATIVE LINE ITEM PROPOSAL (JAN 2017) H.52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT I.52.209-10 - PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS. J.52.211-6 BRAND NAME OR EQUAL K.52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS L.52.212-3 ALT 1 OFFEROR REPRESENTATIONS AND CERTIFICATION - COMMERCIAL ITEMS M.52.212-4: CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS N.52-212-5 (DEV) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2016) O.52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS. P.52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION Q.52.222-3 CONVICT LABOR. R.52.222-21 PROHIBITION OF SEGREGATED FACILITIES. S.52.222-26, EQUAL OPPORTUNITY (Mar 2007) (E.O. 11246) T.52.222-35, EQUAL OPPORTUNITY FOR VETERANS (Sep 2010) (38 U.S.C. 4212) U.52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES V.52.222-41 SERVICE CONTRACT LABOR STANDARDS. W.52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES X.52.222-50, COMBATING TRAFFICKING IN PERSONS (Feb 2009) (22 U.S.C. 7104) Y.52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION (Jan 2009). Z.52.222-55 MINIMUM WAGES UNDER EXECUTIVE ORDER 13658. AA.52.222-62 PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 BB.52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING. CC.52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES DD.52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT EE.52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS. FF.52.233-3 PROTEST AFTER AWARD. GG.52.233-4 APPLICABLE LAW OF BREACH OF CONTRACT CLAIM HH.52.237-1 SITE VISIT. II.52.252-2 CLAUSES INCORPORATED BY REFERENCE. a.http://farsite.hill.af.mil/ JJ. 52.239-1 PRIVACY OR SECURITY SAFEGUARDS. KK.52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES. LL.252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE. MM.252.203-7000 REQUIREMENTS RELATING OF COMPENSATION OF FORMER DoD OFFICIALS252.203-7000 REQUIREMENTS RELATING OF COMPENSATION OF FORMER DoD OFFICIALS NN.252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS. OO.252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS. PP.252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS QQ.252.204-7009 LIMITATIONS ON THE USE OF DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION RR.252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE. SS.252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT TT.252.225-7031 SECONDARY ARAB BOYCOTT OF ISRAEL. UU.252.225-7035 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (ALTERNATE I) VV.252.232: 7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) - WW.252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS. XX.252.232-7010 LEVIES ON CONTRACT PAYMENTS. YY.252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL Performance Work Statement Objective: The objective of this contract is to provide family support for the Strong Bonds Family Event for the Tennessee Air National Guard Strong Bonds (TNANGSB) program & families. The Strong Bonds mission is to increase Soldier and Family readiness through relationship education and skills training for Strong Bonds programs applied to the Army Force Generation cycle help Single-Soldiers, Couples and Families to thrive in the turbulence of the military environment. DeliverablePerformance StandardAcceptable Quality Level (AQL)Method Used / Frequency Lodging 3.0 - 3.1.3 Lodging •Rooms were acceptable to 95%? •Rooms were available for check-in on time? •Rooms were clean at check-in?COR Survey after event Conference Rooms4.0 - 4.2.1 Conference Rooms•Conference Rooms were set-up as requested per PWS? •Conference Rooms were clean before start of event •All A/V request were met per PWS? Meals5.0-5.2.3 Meals•Meals were delivered on time? •Meals were hot and acceptable flavor? •All meals request were met per PWS? Security6.0-7.1.2 Security•Were the children safe at all times and out of harm's way? •Verify Proper documentation 1.0Organizational Analysis Air National Guard (ANG): Mission is "To provide combat capability to the war fighter and security to the homeland." Specifically, to provide ready units to the state and nation in three critical roles: •Federal Role: To support national security objectives •State Role: To protect life and property, and to preserve peace, order, and public safety. •Community Role: To participate in local, state, and national programs that add value to America 2.0Technical Specifications: 2.1The following technical specifications are provided to help potential contractors better understand the task environment in which the services will be delivered. The following specifications are required to successfully deliver the required service and support task order objectives. The contractor is encouraged to exceed these minimum technical specifications to demonstrate its technical, operational, and administrative expertise in support of customer's organizational and departmental objectives. 2.2Third party bids WILL NOT be accepted. 3.0Lodging: The Contractor will: 3.1Vendor will make available a block of thirty-three (33) Double-Queen guest rooms for two nights each (66) total. Thirty-three (33) guest rooms will be designated for TN-ANG Strong Bonds Program event participants. Guests will check in on Friday, 25 August 2017and check out Sunday, 27 August 2017. All incidental expenses, such as room service, telephone calls, movie and game rentals, restaurant invoices, etc. are the responsibility of the individual attendee, and shall be billed to the individual's personal credit card account or deducted from cash provided during check-in. 3.1.2Hotel needs to have the following amenities in order to provide for the best environment for not only relaxation, but also learning: •An all-inclusive recreational resort setting. •Onsite dining facility. oOnsite dining facility, with either catered meals or Vouchers for meals. Vouchers cannot be used to purchase alcohol. •Free parking for all attendees oAvailable self-parking for all attendees within walking distance from hotel registration •All rooms to have basic amenities oIron and Ironing Board oHairdryer oFree Wifi (no charge to occupant) •The deadline for reserving rooms under the reservation code is one-week (7 days) prior to the scheduled arrival date. Any rooms not reserved by this deadline shall be released from the block and made available for sale to the general public 3.1.1All guest rooms (33x2=66) will be included in the final proposal and a rooming list will be sent to the hotel 18 August 2017 and paid by contract. However, the guest and staff rooms will need to be at the same location and on the same dates, and will be considered part of the award consideration. 3.1.2TNARNG requests the federal per diem rate for all rooms. 3.1.3Vendor will release administrative block of 66 guest rooms for event no sooner than 12pm, 18 August 2017 unless otherwise agreed upon a new date and time. Room rates shall be limited to per diem rates as authorized by the Joint Travel Regulation of the United States Government. ALL ALLOWABLE TAXES will be INCLUDED in vendor's room costs 4.0Conference Rooms (2): The Contractor will: 4.1Provide one (1) conference/general session room for training classes provided by Strong Bonds Family Event guest and staff comfortably seating 85 people. Contract will include table arrangement in banquet layout with no more than eight (8-10) people per table; Table arrangement will have a center isle; One (1) 8 ft. table at the front of the room for handouts; One (1) skirted table with 2 chairs for media/communication next to projector cart; One (1) Podium. Complimentary water station in room; Internet connectivity required. This room may be used as dining area for the lunch banquet. 4.1.0General Session conference room is required from 6:00pm Friday, 25 AUG 2017 to 11:00am Sunday, 27 AUG 2017. 4.2Provide one (1) conference/ break-out rooms designated for childcare room will accommodate 10 children. Rooms designated for childcares will be conjoining or located in close proximity to each other. One (1) room will be arranged in a classroom layout with seating for ten (10) and open for free play. One (1) TV/DVD Player requested for room; One (1) small table and one (1) chair will be placed outside rooms for registration. Snacks for children will be provided by childcare vendor. Children will eat Breakfast and Lunch with parents. 4.2.1Rooms designated for Childcare are required from 25 AUGUST 2017 Friday 6:00pm through Sunday - 4:00pm - 19 August 2017. 5.0Meals: 5.1Vendor will provide a full Breakfast service on Saturday, 26 AUGUST 2017 and Sunday 27 AUGUST 2017 for 95 people. Meal will consist of, but not be limited to: caffeinated and decaffeinated coffee, hot tea assortment, water, orange juice, and a variety of, the following: sliced seasonal fruit with dip, bread & pastries, breakfast meats, and eggs. Bread items will consist of muffins, bagels or pastries, biscuits & gravy. Breakfast meats will include combination of bacon or sausage with any style eggs. Breakfast service will be from 7:00 - 8:00am. - Voucher or catered 5.1.2Breakfast pastries/muffins, coffee, and tea will be left for consumption after the breakfast service has closed. Items will be removed only after depletion or to prepare for the service of the next meal. 5.2Vendor will provide a box Lunch on Saturday, 26 AUGUST 2017 for 95 people. Entrée to include meat selection (chicken or beef); vegetarian alternative; vegetable and/or salad; starch; dessert; coffee; sodas; water and ice tea. Lunch will be served from 12:00am - 1:00pm. - 5.2.3Vendor will provide a Dinner on Saturday, 26 AUGUST 2017 for 95 people. Entrée to include 2 meat selections (chicken or beef); salad; potato or rice; assorted desserts; coffee; coffee; sodas water and ice tea. Dinner will be served from 6:00pm - 7:00pm. 6.0Security Requirements: 6.1The contractor will be required to complete National Agency Check (NAC) SF85P. Obtain any clearances that are required to conduct duties for TN-ANG. 6.1.2Vendor will lock all conference rooms nightly when not in use. 7.0Miscellaneous: 7.1When submitting a proposal all vendors MUST provide Cage Code, Dun and Bradstreet number, Tax identification number, and vendors must already have their Representations and Certifications completed in https://www.sam.gov/portal/public/SAM/#1 prior to submission of proposal. 7.1.2Contract Specialist for this Request for Proposal is Rhonda Lien, Rhonda.m.lien.civ@mail.mi - Phone: 615-313-0530 Please call if there are any questions pertaining to this request. 8.0Hours of Operation: 8.1The contractor will perform the services during the "Strong Bonds Family Event" event between 6:00am, Friday, 25 August 2017 through 6:00pm, Sunday, 27 August 2017. 8.2Check-in for the hotel guest rooms will be NLT 3:00pm on day of arrival. A late check-out will be extended to all event participants and staff on day of departure. 8.3Vendor will not contract with any other party for use of the same occupied space during anytime of specified hours of operation. 9.0Audio Visual: 9.1Vendor will allow TN-ANG Strong Bonds Family Event program use of private audio visual equipment as needed. Wireless Internet. Ref 4.1, 4.2, and 5.1.3. 10.0Contractor Manpower Reporting. 10.1The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://armycmra.dmdc.osd.mil/Login.aspx The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract Number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the website. Quality Assurance Plan: The Contracting Officer's Representative (COR) will monitor contractor performance and complete the Quality Assurance Worksheet provided below on a monthly basis. The Quality Assurance Worksheet will be submitted directly to the Administering Contracting Officer with a copy to the Contracting Officer Representative (COR) following the first month of performance following the service. Future months will be submitted to the Contracting Officer only, unless COR involvement is warranted (i.e. anything other than green). The COR will assume a quality performance rating of "Green" on all measured deliverables unless otherwise notified. The quality rating may change from "Green" to "Red" without notice. We anticipate the COR utilizing the "Yellow" quality rating to alert the contracting office and the COR of quality issues that have the potential for a "Red" quality rating if corrective action is not taken. By approving service and/or deliverables on the worksheet, the COR confirms the quality performance rating of "Green" unless otherwise annotated. The Contracting Officer listed in the contract will provide the Contractor with a copy of all rating worksheets that are other than green. At the end of the performance period, the COR will be asked to complete a Quality Performance Review to document the quality performance rating. This will be submitted to the Contracting Officer. If there are any ratings other than green a copy will be furnished to the contractor. The COR may submit a Quality Assurance Worksheet at anytime and as often as necessary to document quality levels. If Contractor response to an identified quality deficiency is unsatisfactory, the Contracting Officer will contact the appropriate Contractor representative to implement a plan of action to remedy the identified deficiency. RatingDescription Green Yes performance and technical specifications are being met at AQL. YellowYes, performance and technical specifications are currently being met at the minimum AQL, but the following service / deliverable needs contractor attention. The Customer must identify what component of the deliverable and/or service requires attention. RedNo, performance and technical specifications are not being met at AQL and the following service / deliverable needs immediate contractor resolution. The Customer must identify what component of the deliverable and/or service is below the minimum AQL. QUALITY ASSURANCE WORKSHEET Performance Work Statement #____________: 118th Air National Guard Strong Bonds Family Event name:___________________________________ Performance Rating Deliverable/ServiceüQuality RatingCausative FactorsEffect on MissionAction /Date Lodging GreenComments Unnecessary for "Green" QA Rating Yellow Red Conference RoomsGreenComments Unnecessary for "Green" QA Rating Yellow Red LobbyGreenComments Unnecessary for "Green" QA Rating Yellow Red Meals GreenComments Unnecessary for "Green" QA Rating Yellow Red SecurityGreenComments Unnecessary for "Green" QA Rating Yellow Red Red Red Approved by: Date: ___________________ (Contracting Officer's Representative)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-17-Q-0535/listing.html)
 
Place of Performance
Address: 3041 Sidco Drive, Nashville, Tennessee, 37204, United States
Zip Code: 37204
 
Record
SN04589572-W 20170723/170721234441-6fb30305696c398e0ab04b8ec7e3463d (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.