Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2018 FBO #5915
MODIFICATION

V -- Yellow Ribbon Reintegration Program Event Services - Amendment 1

Notice Date
1/31/2018
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 182 MSG/MSC, IL ANG, 2418 S. MUSTANG ST, BLDG 728, PEORIA, Illinois, 61607-1498, United States
 
ZIP Code
61607-1498
 
Solicitation Number
W91SMC-18-T-6003
 
Archive Date
2/17/2018
 
Point of Contact
Benjamin B. Yeutson, Phone: 3096335707, Melissa Grice, Phone: 3096335204
 
E-Mail Address
benjamin.b.yeutson.mil@mail.mil, melissa.j.grice.mil@mail.mil
(benjamin.b.yeutson.mil@mail.mil, melissa.j.grice.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Answers received from site visit scheduled on 30 January 2018 Performance Work Statement dated 31 January 2018 (i) 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; offers are being requested and a written solicitation will not be issued. (ii) This solicitation, W91SMC-18-T-6003 is being issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96, effective 06 November 2017. (iv) This procurement is unrestricted. The associated North American Industry Classification System (NAICS) code is 721110 and the small business size standard is $32.5 million. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. (v) Commercial Item Descriptions: The contractor is to provide all personnel, management, tools, equipment, materials, supplies, transportation, labor, and supervision necessary to accomplish the Yellow Ribbon Reintegration Symposium Event on 15 - 17 February 2018 in accordance with the Performance Work Statement (PWS) dated 30 January 2018. The event will require lodging, conference space, and meals for an estimated 90 adults and 10 children. Location must be within 30 miles of the Peoria, IL area. A travel agency company is not considered a technically acceptable option for this event as the company will need to have already maintained an office within the Peoria, Illinois area and have an in depth knowledge of the local area prior to award. This is a ONE day event with one day of preparation from 15 - 17 February 2018. (vi) Line Item 0001 - Lodging. 2 rooms for check-in on 15 February 2018, 25 rooms for check-in on 16 February 2018, and 25 rooms will continue to be required for the night of 17 February 2018. All rooms will be no more than the Government rate located at www.gsa.gov and on contract. Final numbers and rooming list will be provided NLT 5 days prior to event. Request late check-out time of 1300. Complimentary WiFi will be available to all persons staying in the rooms at no additional charge. The individuals staying may sign up for the WiFi per the contractor's already present WiFi policy. Line Item 0002 - Conference Space. Conference space must have areas for general session (seats all attendees, excluding children), five (5) breakout rooms seating on average 50 persons each area, vendor area such as hallways for vendor displays, one (1) staff room, and one (1) room for a financial counselor. All breakout rooms and the general session room require projectors, screens, microphones (wireless, if available), and podiums at a minimum. Additional items to be included within this line item shall be all inclusive with the quote provided with this area. No additional item prices will be allowed to be added on after award by the contractor. Wi-Fi connection for presenters. Childcare Space. One (1) room for hosting children between 0 and 6 year of age. One (1) room for hosting children 7 and above. Vendor must be willing to allow the 182AW contract out for separate childcare providers to come on site. The 182AW is open to innovative solutions. Line Item 0003 - Catering. Require full catering at the Government Per Diem rates. Please attach possible breakfast and lunch options available at Per Diem rates or below. Minimum of two buffet lines - double sided. Snack/ Beverages provided and restocked between breakfast and lunch and restocked after lunch. Propose all-day coffee/water and 2 healthy snacks during the event. Line Item 0004 - Contract Manpower Reporting. Contractors are required to report all labor hours, regardless of contract type, via one of the four enterprise-wide Contractor Manpower Reporting Applications (eCMRA) at http://www.ecmra.mil/. A primary and alternate Services POC will be identified upon contract award. The Government intends to award a single Firm Fixed Price Contract to lowest price technically acceptable offer. In order for a contractor to be technically acceptable they must have both a hotel and a permanent contractor office within 25 miles of the 182 nd Airlift Wing's zip code of 61607 in order to be present on-site for all individual stays, inspections, and problem resolution. The contractor must have event space and lodging to accommodate the entire event or be able to subcontract to an event location or hotel that is within the 25 mile radius of the 182 nd Airlift Wing's zip code of 61607. Contractor shall successfully pass and provide results for (1) County Public Health Inspection or Certificate; (2) Inspection by local State Fire Marshall; (3) Current pest control management plan, i.e. inspection and/or abatement completed within the past calendar year on a monthly basis. The contractor must be willing to be present for a Government directed site visit to be made at each of the proposed lodging or event spaces prior to the actual event. (vii) The services will be provided at the company's hotel and/ or subcontracted event complex or hotel within 25 miles of Peoria, IL on 15 - 17 February 2018. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a successful Offeror will address all items within the addenda of this provision. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, is applicable. Basis for award is trade-off. The Government intends to make a single firm-fixed price award. The following commercial item is requested in this solicitation: Submission Requirements: Vendors shall submit their Response to the Request for Quote in three volumes entitled Volume I - Company Name Past Performance Package, Volume II - Company Name Technical Capability Package, Volume III - Company Name Price Package. Vendors must submit the Organizational Conflict of Interest Plan (if applicable. A successful Offeror will address all items within the addenda of this provision. (x) A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications -- Commercial Items, with its offer and address the items listed within the addenda of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition, which include: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment. FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. FAR 52.219-28, Post Award Small Business Program Representation. FAR 52.222-3, Convict Labor. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. The following provisions are incorporated into this solicitation by reference: FAR 52.204-16, Commercial and Government Entity Code Reporting. FAR 52.222-52, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services - Certification. FAR 52.223-1, Bio-based Product Certification. FAR 52.237-1, Site Visit. DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations. DFARS 252.225-7031, Secondary Arab Boycott of Israel. The following clauses are incorporated into this solicitation by reference: FAR 52.204-18, Commercial and Government Entity Code Maintenance. FAR 52.222-53, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services - Requirements. FAR 52.223-2, Affirmative Procurement of Bio-based Products under Service and Construction Contracts. FAR 52.223-17, Affirmative Procurement of EPA-designated Items in Service and Construction Contracts. FAR 52.232-39, Unenforceability of Unauthorized Obligations. FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. DFARS 252.201-7000, Contracting Officer's Representative. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002, Requirement to Inform Employees of Whistleblowers Rights. DFARS 252.203-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information. DFARS 252.204-7012, 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 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments Program. DFARS 252.225-7048, Export Controlled Items. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010, Levies on Contract Payments. DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel. DFARS 252.244-7000, Subcontracts for Commercial Items. DFARS 252.247-7023, Transportation of Supplies by Sea. The following provisions are incorporated by full text. DFARS 252.204-7011, Alternative Line Item Structure. DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate. DFARS 252.225-7035, Buy American - Free Trade Agreements - Balance of Payments Program Certificate. (Offerors shall include completed copies of the certifications within the following provisions with their offer.) DFARS 252.209-7991, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2016 Appropriations. The following clauses are incorporated by full text. The full text is found in Attachment #1, Full-Text Provisions and Clauses. FAR 52.222-36, Equal Opportunity for Workers with Disabilities. FAR 52.252-2, Clauses Incorporated by Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.211-7003, Item Unique Identification and Valuation. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. (xiii) A statement regarding any additional contract requirement(s) or terms and conditions are included within the Performance Work Statement dated 17 January 2018. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) A site visit is scheduled for 30 January 2018 with a time to be determined based on the contractors showing interest in this solicitation by no later than 25 January 2018 at 1000. Contractors will need to contact the contracting officer, MSgt Ben Yeutson, by no later than 25 January 2018 at benjamin.b.yeutson.mil@mail.mil to notify the Government the contractor would like to request a site visit of a prospective property. All questions and answers will be posted as an amendment to this solicitation on or about 31 January 2018. Questions will not be accepted after that point in time. Offers are due at 12:00 PM Central Standard Time on Friday, 02 February 2018, at 182AW/MSC, ATTN: MSgt Benjamin B. Yeutson, 2416 S. Falcon Blvd, Peoria, IL 61607-5023. Offers may be submitted by mail or e-mailed to benjamin.b.yeutson.mil@mail.mil, or FAX to (309) 633-5539. Questions regarding this solicitation may be emailed to the point of contact above. (xvi) Information regarding the solicitation may be directed to the point of contact noted above
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-2/W91SMC-18-T-6003/listing.html)
 
Place of Performance
Address: 2416 S. Falcon Blvd, Peoria, Illinois, 61607, United States
Zip Code: 61607
 
Record
SN04805214-W 20180202/180131231059-d8129cc723a890b938826be5eb264ee6 (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.