Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOLICITATION NOTICE

V -- 102IW Yellow Ribbon Event - JAN 2018 - A07 Provisions & Clauses - A01 PWS_Yellow Ribbon Event-JAN 2018_Final

Notice Date
12/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 102 MSG/MSC, MA ANG, 158 REILLY STREET, RM 228, BOX 8, OTIS ANG BASE, Massachusetts, 02542-5028, United States
 
ZIP Code
02542-5028
 
Solicitation Number
W912SV-18-Q-6002
 
Archive Date
12/30/2017
 
Point of Contact
Kerry A. Wells, Phone: 5089684978, Kirk B. Wetherbee, Phone: 5089684977
 
E-Mail Address
kerry.a.wells2.civ@mail.mil, kirk.b.wetherbee.mil@mail.mil
(kerry.a.wells2.civ@mail.mil, kirk.b.wetherbee.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
A01 PWS_Yellow Ribbon Event-JAN 2018_Final A07 Provisions & Clauses This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation is issued is a request for quotation (RFQ) and the number assigned is W912SV-18-Q-6002. This solicitation is issued as unrestricted; the associated North American Industry Classification System (NAICS) code is 721110 and size standard is $32.5 Million. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-96 effective 06 Nov 2017 and DFARS Publication Notice 20161222 effective 22 Dec 2016. The contractor shall, except as specified in this PWS as government furnished, provide Conference Space, Audio/Visual Requirements, Subsistence, Miscellaneous Event Administrative Costs, and Lodging with an anticipated participation of two hundred (200) service members and their families. The Yellow Ribbon Event shall commence on Saturday, 20 January 2018. Please see the attached Performance Work Statement (A01 PWS_Yellow Ribbon Event-JAN 2018_Final) for a full detailed description of the requirements for the event. 0001 CONFERENCE SPACE as defined in the Performance Work Statement (PWS). Quantity: 1 EA Unit Price: $________________ Total Price: $_______________ 0002 AUDIO/VISUAL REQUIREMENTS as defined in the Performance Work Statement (PWS). Quantity: 1 EA Unit Price: $________________ Total Price: $_______________ 0003 SUBSISTANCE REQUIREMENTS as defined in the Performance Work Statement (PWS). Quantity: 1 EA Unit Price: $________________ Total Price: $_______________ 0004 MISCELLANEOUS EVENT ADMINISTRATIVE COSTS as defined in the Performance Work Statement (PWS). Quantity: 1 EA Unit Price: $________________ Total Price: $_______________ 0005 LODGING as defined in the Performance Work Statement (PWS). Quantity: 40 EA Unit Price: $________________ Total Price: $_______________ //END OF LINE ITEMS// EVALUATION FACTORS: The contract type for this procurement will be a single, firm-fixed price and award without discussions utilizing procedures in FAR Part 13, Simplified Acquisition Procedures. Award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offerors capability to provide required conference space, audio/visual, subsistence, and lodging requirements that meet the Government's needs per the PWS for the date requested; (2) price. APPLICABLE PROVISIONS AND CLAUSES: All clauses and provisions are incorporated by reference and by full text on the attached provisions and clauses document. FAR and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/. The clauses are to remain in full effect in any resultant award. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. Provisions and clauses applicable to this requirement can be viewed on attachment "A07 Provisions & Clauses". Please ensure all fillable provisions and clauses are completed and returned with your quote (i.e., FAR 52.212-3, DFARS 252.209-7999, etc.). ADDITIONAL INFORMATION: (1) In accordance with FAR 52.212-1(k), prospective awardees shall have an active Cage Code prior to award of a government contract. In accordance with FAR 52.212-3, prospective awardees shall have completed the Online Representations and Certifications. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. (2) All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. Quotations (to include Applicable Clauses mentioned above) must be submitted via email no later than (NLT) the date and time specified to kerry.a.wells2.civ@mail.mil. It is the best interest of the offeror to ensure the quote submitted is received by the 102IW Contracting Office and is submitted no later than the date and time specified. Any and all questions concerning this requirement must be submitted in writing to kerry.a.wells2.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-1/W912SV-18-Q-6002/listing.html)
 
Place of Performance
Address: Qualified establishments located within a fifty (50) mile radius of Joint Base Cape Cod, Massachusetts. Lodging must be at the same location as conference space requirements., Otis ANG Base, Massachusetts, 02542, United States
Zip Code: 02542
 
Record
SN04758403-W 20171208/171206231001-81c92a073da821cdb398d8c2ae920921 (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  © 1994-2020, Loren Data Corp.