Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2017 FBO #5728
SOLICITATION NOTICE

V -- Yellow Ribbon Program Event, Santa Clara County, California, August 24-26, 2017 - Combined Synopsis/Solicitation

Notice Date
7/28/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 129 MSG/MSC, CA ANG, PO BOX 103/STOP 25, MOFFETT FEDERAL AIRFIELD, California, 94035, United States
 
ZIP Code
94035
 
Solicitation Number
W912LA-17-R-7037
 
Archive Date
8/18/2017
 
Point of Contact
Paul N. Ochs, , Bardia Barmaki,
 
E-Mail Address
paul.n.ochs.mil@mail.mil, bardia.barmaki.mil@mail.mil
(paul.n.ochs.mil@mail.mil, bardia.barmaki.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 4 - Additional Instructions to Offerors Attachment 3 - Applicable Provisions and Clauses Attachment 2 - Proposal Cover Sheet Attachment 1 - Performance Work Statement Combined Synopsis/Solicitation Request for Quote Yellow Ribbon Reintegration Program Event August 24, 2017 through August 26, 2017 Santa Clara County, California This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 solicitation number for this procurement is W912LA-17-R-7037 and is hereby issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-95 ( 19 January 2017 ). This acquisition is 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) is 721110, " HOTELS (EXCEPT CASINO HOTELS) AND MOTELS " is applicable. The Small Business Size Standard is $32,500,000.00. The Government intends to award a firm fixed-price (FFP) contract for all services detailed in the attached Performance Work Statement (PWS); see Attachment 1. The successful offeror shall provide the following Contract Line Item Numbers (CLINs) for the performance period. The CLINS are also detailed on Attachment 2, Proposal Coversheet. Notice: In accordance with the FAR Clause at 52.232-18, this procurement is subject to the availability of funds. CLIN 0001 CONTRACTED QUARTERS The Contractor shall provide CONTRACTED QUARTERS in support of the 129th Rescue Wing's Yellow Ribbon Reintegration Program (YRRP) Event. All work shall conform to the attached Performance Work Statement (PWS). CLIN 0002 CONTRACTED MEALS Contractor shall provide CONTRACTED MEALS in support of the 129th Rescue Wing's Yellow Ribbon Reintegration Program (YRRP) Event. All work shall conform to the attached Performance Work Statement (PWS). CLIN 0003 CONFERENCE ROOMS, BREAK-OUT ROOMS, AND ANCILLARY SPACES Contractor shall provide CONFERENCE ROOMS, BREAK-OUT ROOMS, AND ANCILLARY SPACES in support of the 129th Rescue Wing's Yellow Ribbon Reintegration Program (YRRP) Event. All work shall conform to the attached Performance Work Statement (PWS). CLIN 0004 AUDIOVISUAL SUPPORT Contractor shall provide AUDIOVISUAL SUPPORT in support of the 129th Rescue Wing's Yellow Ribbon Reintegration Program (YRRP) Event. All work shall conform to the attached Performance Work Statement (PWS). The FAR provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. See the full text of the provision provided in Attachment 3, Applicable Provisions & Clauses, for instructions on submitting a proposal. The FAR provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. See the full text of the provision provided in Attachment 4, Instructions, for the evaluation criteria. The FAR provision at 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items, applies to the requirement. Offeror's are advised to submit a completed copy of the provision with their offer (see Attachment 3, Applicable Provisions & Clauses). If the offeror has completed their annual representations and certifications electronically via the System for Award Management (www.SAM.gov) website, offerors need only complete paragraphs (b) of the provision. The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. No addenda have been added to this provision. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders, applies to this acquisition. This clause has been incorporated with Deviation 2013-O0019 by reference. Offerors are advised of the additional contract requirements: - IAW the Defense FAR Supplement clause at 252.232-7006, Wide Area Workflow Payment Instructions, all invoicing must be submitted via the Wide Area Workflow (WAWF) website. - The specified location for this requirement is Santa Clara County, California. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Questions regarding this solicitation must be received no later than 2:00 PM, 1 August 2017. Submit questions to both email addresses identified below. All proposals must be submitted no later than 2:00 PM, 3 Aug 2017. It is the offeror's responsibility to ensure their proposal is received by the date and time specified. In accordance with FAR 15.208, if your proposal is not received at the initial point of entry to the Government (identified below), by the exact date and time specified above, it will be determined late and will not be evaluated. Proposal, as the term is used here, means all volumes and/or parts of the proposal. Offerors shall submit their proposal as specified below: The Offeror may submit their proposal via email. When submitting proposals, the Offeror will need to specifically authorize send their proposals to the following persons: MSgt Paul (Nick) Ochs ( paul.n.ochs.mil@mail.mil ) MSgt Bardia Barmaki ( bardia.barmaki.mil@mail.mil ) ATTACHMENTS 1 Performance Work Statement (7 Pages) 2 Proposal Coversheet (2 Pages) 3 Applicable Provisions & Clauses (33 Pages) 4 Additional Instructions to Offerors (3 Pages) 5 Service Contract Act Wage Determination (11 Pages)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-3/W912LA-17-R-7037/listing.html)
 
Place of Performance
Address: Santa Clara County, California, United States
 
Record
SN04604055-W 20170730/170728233119-035cf805720e2c13c020ce795aeddf8c (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.