MODIFICATION
V -- FLORIDA NATIONAL GUARD FAMILY PROGRAMS REGIONAL YOUTH SYMPOSIUM
- Notice Date
- 7/26/2017
- 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-0042
- Archive Date
- 8/17/2017
- Point of Contact
- Deborah U. Bray, Phone: 9048230555, Brian Joseph Williams, Phone: 9048230567
- E-Mail Address
-
deborah.u.bray.civ@mail.mil, brian.j.williams2@us.army.mil
(deborah.u.bray.civ@mail.mil, brian.j.williams2@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT #1 CHANGED THE DATE FOR QUESTIONS FROM 21 JULY 2017 to 28 JULY 2017. 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. The solicitation is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for Florida, Purchasing and Contracting Division, St. Augustine, Florida 32084. The solicitation number assigned to this action is W911YN-17-T-0042 and shall be used to reference any written quote provided under this request for quote (RFQ). FAR 52.219-6 Notice of Total Small business Set-aside (Nov 2011). This a 100% Total Small Business Set-Aside. The Principle North American Industry Classification system (NAICS) code for this requirement is 721110 with a size standard is $32.5 million. The Florida Army National Guard (FLARNG) Family Program requirement is for a full service hotel/resort environment located in St. Augustine, FL to host a Regional Youth Symposium during 08-10 September 2017 in accordance with the Statement of Work. 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, offerors first offer must be their best offer. Do not assume you will be able to revise your offer. General Requirement: In accordance with attached detailed Statement of Work: CLIN 0001: LOCATION REQUIREMENT (Informational) CLIN 0002: LODGING REQUIREMENTS $_______________ CLIN 0003: CONFERENCE SPACE FEES $_______________ CLIN 0004: AUDIO/VISUAL REQUIREMENTS $_______________ CLIN 0005: FOOD & BEVERAGE REQUIREMENTS $_______________ CLIN 0006: SECURITY REQUIREMENTS (Informational) CLIN 0007: ADDITIONAL REQUIREMENTS (Informational) Total Cost $________________ NOTE: If a contractor does not submit the required information, their quote will not be considered for award and determined technically unacceptable unless determined to be in the best interest of the government. NOTE: A pre-award site visit is required to validate space meets the Government's needs. All contractors must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. WAWF clause with instructions will be provided at time of award. The Government will not provide contract financing for this acquisition. All questions regarding this solicitation must be submitted by email to Deborah.u.bray.civ@mail.mil and brian.j.williams9.mil@mail.mil NLT 3 pm on 28 July 2017. Submit offers in response to this synopsis/solicitation through email to Deborah.u.bray.civ@mail.mil and brian.j.williams9.mil@mail.mil NLT 2 pm on 2 August 2017. Offers received after 2 p.m. Eastern Time on the required date of submission, 2 August 2017, may not be considered unless determined to be in the best interest of the government. The Government intends to award a contract resulting from this request for quotation to the responsible offeror whose quotation results in the "best value" to the Government, considering both price and non-price factors. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. FAR Provision 52.212-2 Evaluation - Commercial Items, applies to this acquisition and the following evaluation is applicable: The following factors will be used to evaluate quotations: 1) Pricing, 2) Technical Capabilities and 3) Past Performance. 1. Pricing of CLINS 0002 - 0005. The Government will evaluate offers for award purposes by the total price for each of the CLINs. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. 2. Technical Capabilities - Proposal detailing how Contractor will accomplish the requirements of the Statement of Work. Provide floor plans with square footage for each room requested and described usage in the Statement of Work. The documentation shall not merely offer to perform work in accordance with the Statement of Work, but shall provide floor plans for proposed space and be as specific as possible. All requirements and specifications described in the Statement of Work are mandatory. 3. Past Performance - The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The contractor shall provide at least two but no more than three contacts, including phone numbers, of past performance references that you have successfully accomplished services similar to size and scope of those listed in the Statement of Work. 4. Contractor representations and certifications shall be completed in the System for Award Management (SAM) (www.sam.gov). Contractors shall provide Cage Code indicating registration is active in SAM. Submittal Requirements: 1. Detailed Pricing of CLINS 0002 through 0005 as outlined on the Statement of Work. 2. Floor Plans with square foot of meeting spaces. 3. Details on AV capabilities. If AV is outsourced, provide vendor's information and quote. 4. Representations and Certifications, in accordance with FAR 52.212-3, the offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. 5. Include the following on your quote: - Solicitation Number - DUNS Number - Cage Code - Tax ID Number 6. Current Teaming Arrangement This combined synopsis/solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-95 (19JAN2017) The following provisions are included for the purposes of this combined synopsis/solicitation: 52.204-7-System for Award Management; 52.204-16 Commercial and Government Entity code Reporting 52.204-22 - Alternative Line Item Proposal 52.212-1 -- Instructions to Offerors -- Commercial Items (Oct 2016); Evaluation in accordance with FAR 13.106 based on price, delivery schedule and suitability to meet Government need. 52.212-3 ALT I -- Offeror Representations and Certifications -- Commercial Items; 52.252-1- Provisions Incorporated by Reference (http://farsite.hill.af.mil); 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7004-Alternate A, System for Award Management; 252.204-7011 Alternative Line Item Structure The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting award: 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-10-Reporting executive Compensation and First Tier Subcontract Awards 52.204-18-Commercial and Government Entity code Maintenance 52.204-19-Incorporation by Reference of Representations and Certifications 52.204-21-Basic Safeguarding of Covered Contractor Information Systems; 52.209-6-Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10-Prohibition on Contracting with Inverted Domestic Corporations 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 (Dev.); 52.219-28-Post-Award Small Business Program Rerepresentation; 52.222-3-Convict Labor; 52.222-19-ChildLabor-Cooperation with Authorities and Remedies; 52.222-21-Prohibition of Segregated Facilities; 52.222-26-Equal Opportunity; 52.222-36-Affirmative Action for Workers with Disabilities; 52.222-50- Combating Trafficking in Persons; 52.223-5-Pollution Prevention and Right to Know Information; 52.223-18-Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13-Restrictions on Certain Foreign Purchases; 52.232-33-Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-40-Providing Accelerated Payments to Small Business Subcontractors; 52.233-3-Protest After award; 52.233-4-Applicable Law for Breach of Contract Claim; 52.252-2-Clauses Incorporated by Reference; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002-Requirement to Inform Employees of Whistleblower Rights; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 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
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN-17-T-0042/listing.html)
- Place of Performance
- Address: ST. AUGUSTINE, FLORIDA AREA, St. Augustine, Florida, 32084, United States
- Zip Code: 32084
- Zip Code: 32084
- Record
- SN04599555-W 20170728/170726232424-c70658c9ad6b8fd36ff9a1b937261916 (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 |