SOLICITATION NOTICE
89 -- Title 10 Meals and Lodging - 21 Day Menu - SOW Meals and Lodging
- Notice Date
- 8/18/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Illinois, Camp Lincoln, 1301 North MacArthur Boulevard, Springfield, Illinois, 62702-2399
- ZIP Code
- 62702-2399
- Solicitation Number
- W91SMC-17-Q-2032
- Archive Date
- 9/16/2017
- Point of Contact
- Ronald E Witt, Phone: 2177613462
- E-Mail Address
-
ronald.e.witt4.mil@mail.mil
(ronald.e.witt4.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 separate Request for Proposal (RFP) will not be issued. The solicitation number is W91SMC-17-Q-2032 and is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions are those in effect though Federal Acquisition Circular 2005-95. This purchase is solicited as a total small business set-aside. This NAICS code is 72232 and the size standard is $7,500,000.00. Please provide the information below: FOB (Select): 0 Destination 0 Origin Shipping Cost Included? 0 Yes 0 No Pricing Quoted: 0 Open Market Payment Terms: 0 Net 30 Days 0 Other (Please specify) Delivery Date: Company Name: DUNS # Required Cage Code Number: POC: Telephone # E-Mail Address: Tax ID#: Warranty Information: Do you have the capacity to invoice electronically (invoicing through WAWF)? Business Size (please check all that apply in accordance to named NAICS code): 0 Large 0 Small 0 8(a) Certified 0 HUBZone 0 SDVOBS 0 WOSB 0 EDWOSB The contractor is to provide lodging on dates 21 September through 23 September 48 double occupancy rooms per night. The contractor will also provide catered meals at the hotel's location. The contractor is responsible for ensuring that they are following the attached Performance Work Statement (PWS) dated 31 July 2017. Special Notes and Instructions: The vendor shall submit the response to this RFQ via email to: SGT Ronald E Witt Jr., E-mail: Ronald.e.witt4.mil@mail.mil no later than 1:00PM CST on Wednesday, September 01, 2017 (or sooner if possible) in order to be considered timely. Any quote, modification, revision, or withdrawal of a quote received after the exact time specified for receipt of quote is "late" and will not be considered, unless the Contracting Officer determines that accepting the late quote would not unduly delay the award and acquisition or it was the only quote received. 1. This is a notice that this order is a total set-aside for a small business concern. Only quotes submitted by a small business concern will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern will not be considered for award. 2. Basis for Award. The 126th Contracting Office will issue a firm-fixed price contract. 3. Best Value Determination. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. 4. Mandatory Registrations. To be eligible for award, registration with the System for Award Management (SAM), must be current. To register or update former CCR and Reps & Certs that are not current go to https://www.sam.gov/portal/public/SAM/ and provide mandatory information. 5. Discussions. The government intends to award a purchase order without discussions with respective vendors/quoters. The government, however, reserves the right to conduct discussions if deemed in its best interest. 6. Applicable provisions and clauses: The following provisions and clauses are applicable to this RFQ. For full text reference, go to www.arnet.gov or http://farsite.hill.af.mil. The selected offeror must comply with the following provisions and clauses, which are incorporated herein by reference: FAR 52.204-7 System for Award Management, FAR 52.204-16 Commercial and Government Entity Code Reporting, FAR 52.204-18 Commercial and Government Entity Code Maintenance, FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.212-1 Instructions to Offerors--Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria, FAR 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required To Implement statutes or Executive Orders--Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, and 52.232-33, FAR 52.222-41 Service Contract Labor standards, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.222-55 Minimum Wages Under Executive Order 13658, FAR 52.232-39 Unenforceability of Unauthorized Obligations, FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.237-1 Site Visit, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.252-6 Authorized Deviations in Clauses (if Deviation). DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials, DFARS 252.203-7998 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - representation (Dev), DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements, 252.204-7008 (Dev 2016-O0001) Compliance with Safeguarding Covered Defense Information Controls, DFARS 252.204-7011 Alternative Line Item Structure, DFARS 252.204-7012 (Dev 2016-O0001) Safeguarding of Unclassified Controlled Technical Information, DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors, DFARS 252.223-7008 Prohibition of Hexavalent Chromium, DFARS 252.225-7001 Buy American and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests and receiving reports, DFARS 252.232-7006 Wide Area Workflow Payment Instructions, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.244-7000 Subcontracts for Commercial Items.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11/W91SMC-17-Q-2032/listing.html)
- Record
- SN04636233-W 20170820/170818231741-5b0552727b1c02f739a123ee89b93894 (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 |