SOLICITATION NOTICE
V -- W912L7-18-R-0004
- Notice Date
- 3/15/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, 118 MSG/MSC, TN ANG, 240 KNAPP BOULEVARD, NASHVILLE, Tennessee, 37217-2538, United States
- ZIP Code
- 37217-2538
- Solicitation Number
- W912L7-18-R-0004
- Point of Contact
- Rhonda Lien, Phone: 6153130530
- E-Mail Address
-
rhonda.m.lien.civ@mail.mil
(rhonda.m.lien.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- ATTACHMENTS ARE NOT LOADING IN FBO - PLEASE EMAIL FOR ATTACHMENTS This is a combined synopsis/solicitation for the 278th National Guard Service Members - Yellow Ribbon Pre-Deployment prepared in accordance with the format in Subpart 15.101-2 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being solicited and this is the written solicitation. Solicitation number W912L7-18-R-0004 is hereby issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 effective 24 JAN 2018. This requirement is being advertised UNRESTRICTED and the North American size standard is $32.5M Industry Classification System (NAICS) Code is 721110. All responsible sources may submit an offer, which will be considered by this Agency. This award is subject to the Service Contract Act, http://www.wdol.gov/sca.aspx The location for the event is Nashville, Murfreesboro, Franklin/Brentwood, TN, 1-3 JNUE 2018. Proposals are due in this office no later than 30 MARCH 2018, FRIDAY @ 9:00am (CST) local central daylight time. The proposal should be emailed to rhonda.m.lien.civ@mail.mil Point of Contact (POC) referencing this solicitation is Rhonda Lien at 615-313-0530. All information and requirements are listed in the Performance Work Statement. Evaluation factors for this award are based on lowest price technically acceptable by the government and the ability to meet the requirements of the Performance Workstatement. Offeror MUST provide Tax ID and CAGE Code and DUNN's# with proposal. Offeror must be certified in www.SAM.gov (ORCA certified). This will be a determining factor in the award process if the offeror is not current in their certification. (ORCA is located at SAM) https://www.sam.gov/portal/public/SAM/. Please return the Excel RFP and attach a menu with your proposal THIS SOLICIATION WILL CLOSE 30 MAR 2018, FRIDAY @ 9:00am CST. 52.212-2 EVALUATION - COMMERCIAL ITEMS 1.Guest Lodging - Vendor will provide a block of 450 rooms requesting pre-diem rate. a.450 Guests will check in on Friday, 01 June 2018 and check out Saturday, 02 June 2018. b.450 Guests will check in on Saturday, 02 June 2018 and check out Sunday, 03 June 2018. c.All guest rooms designated for Yellow Ribbon Participants will neither be included in the final quote nor will it be considered a contingent of award consideration, but is desired for the convenience of travelers. Rooms will be paid outside of the contract by individual guests. 2.Staff Lodging - Vendor will provide a block of 8 (16) Staff rooms x 2 nights requesting pre-diem rate. These rooms will be paid separately, not on contract. a.Friday, 1 June 2018 and check out Sunday, 3 June 2018. b.All guest rooms designated for Yellow Ribbon Participants will neither be included in the final quote nor will it be considered a contingent of award consideration, but is desired for the convenience of travelers. Rooms will be paid outside of the contract by individual guests. 3.Conference Rooms - Vendor will provide 6 conference rooms total for the event (1 General Sessions 1800 pl, (See PWS for more details) a.General Session maybe used for dining area for lunch b.Please read ALL AV REQUIREMENTS 4.Lobby Area for Vendors - Vendor will provide lobby area for event registration and vendor display for 15 vendors. a.Two (2) 6ft or 8 ft registration tables; one (1) 6ft or 8ft table per vendor; two (2) chairs per table; and complimentary water station. b.Designated vendor area will be located in close proximity to the General Sessions room. c.Wireless internet capability is required to efficiently accommodate no less than 15 computers 5.Meals - Breakfast and Lunch will be included, please refer to the PWS. 6.Security Requirements - Vendor will be required to complete National Agency Check (NAC) SF85P. Obtain any clearances that are required to conduct duties for TN-ANG. a.Vendor will lock all conference rooms nightly when not in use. 7.Audio Visual - See PWS for details (Conference Room 4.0/10.3) 8.No third party/prime vendors. TN NATIONAL GUARD WORK DIRECTLY WITH HOTEL. 9.Lowest Price Technically Acceptable for the Government and meet the needs of the Solicitation/Performance Workstatement. Notification of award or acceptance of an offer will be emailed to the contractor. •52.203-3 GRATUITIES •52.203-6 ALT 1 RESTRICITIONS ON SUBCONTRACTOR SALES TO THE GOVT •52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements •52.204-4 PRINTED or COPIED DOUBLE-SIDED on POSTCONSUMER FIBER CONTENT PAPER •52.204-09 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL •52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS •52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING. •52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE. •52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS. •52.204-22 ALTERNATIVE LINE ITEM PROPOSAL (JAN 2017) •52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT •52.209-10 - PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS. •52.211-6 BRAND NAME OR EQUAL •52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS •52.212-3 ALT 1 OFFEROR REPRESENTATIONS AND CERTIFICATION - COMMERCIAL ITEMS •52.212-4: CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS •52-212-5 (DEV) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2016) •52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS. •52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION •52.222-3 CONVICT LABOR. •52.222-21 PROHIBITION OF SEGREGATED FACILITIES. •52.222-26, EQUAL OPPORTUNITY (Mar 2007) (E.O. 11246) •52.222-35, EQUAL OPPORTUNITY FOR VETERANS (Sep 2010) (38 U.S.C. 4212) As prescribed in 22.1310(a)(1), insert the following clause: Equal Opportunity for Veterans (Oct 2015) (a) Definitions. As used in this clause-- "Active duty wartime or campaign badge veteran," "Armed Forces service medal veteran," "disabled veteran," "protected veteran," "qualified disabled veteran,' and "recently separated veteran" have the meanings given at FAR 22.1301. (b) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-300.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified protected veterans, and requires affirmative action by the Contractor to employ and advance in employment qualified protected veterans. (c) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts of $150,000 or more unless exempted by rules, regulations, or orders of the Secretary of Labor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate of identify properly the parties and their undertakings. [Class Deviation- 2017-O0008, Office of Federal contract Compliance Programs Waiver of Certain Clause Requirements in Contracts for Hurricane Harvey Relief Efforts. This clause deviation is effective on Sept 01, 2017, and remains in effect until incorporated into the FAR, or otherwise rescinded. (d) Notwithstanding the provisions of this section, the Contractor will not be obligated to develop the written affirmative action program required under the regulations implementing the Vietnam Era Veterans' Readjustment Assistance Act (VEVRAA). (End of Clause) Alternate I (Jul 2014). As prescribed in 22.1310(a)(2), add the following as a preamble to the clause: Notice: The following term(s) of this clause are waived for this contract: _____________________ [List term(s)].  •52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES •52.222-37 EMPLOYMENT REPORTS ON VETERANS •52.222-40 NOTIFICATION OF EMPLOYE RIGHTS UNDR THE NATIONAL LABOR RELATIONS ACT • 52.222-41 SERVICE CONTRACT LABOR STANDARDS. • 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES •52.222-44 FAIR LABOR STANDARDS ACT & SERVICE CONTRACT •52.222-50, COMBATING TRAFFICKING IN PERSONS (Feb 2009) (22 U.S.C. 7104) •52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION (Jan 2009). • 52.222-55 MINIMUM WAGES UNDER EXECUTIVE ORDER 13658. •52.222-62 PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 •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-SYSTEM FOR AWARD MANAGEMENT •52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS. •52.233-2 SERVICE OF PROTEST Service of Protest (Sep 2006) (a)Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from ______________________. [Contracting Officer designate the official or location where a protest may be served on the Contracting Officer.] Contracting Officer's Name Houston Barracks USPFO- Purchasing & Contracting, RM 202 3041 Sidco Drive, Nashville, TN 37204 Preferably send email to Contracting Officer (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) •52.233-3 PROTEST AFTER AWARD. •52.233-4 APPLICABLE LAW OF BREACH OF CONTRACT CLAIM • 52.237-1 SITE VISIT. •52.252-2 CLAUSES INCORPORATED BY REFERENCE. a.http://farsite.hill.af.mil/ •52.239-1 PRIVACY OR SECURITY SAFEGUARDS. •52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES. 52.252-6 -- Authorized Deviations in Clauses. As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert "(Deviation)" after the date of the clause. Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any _____. [insert regulation name] (48 CFR _1____) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. •252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE. •252.203-7000 REQUIREMENTS RELATING OF COMPENSATION OF FORMER DoD OFFICIALS252.203-7000 REQUIREMENTS RELATING OF COMPENSATION OF FORMER DoD OFFICIALS •252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS. •252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS. •252.204-7009 LIMITATIONS ON THE USE OF DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION •252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE. •252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT •252.222-7007 REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS •252-225-7012 PREFERENCEE FOR CERTAIN DOMESTIC COMMODITIES •252.225-7031 SECONDARY ARAB BOYCOTT OF ISRAEL. •252.225-7035 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (ALTERNATE I) •252.225-7050 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM • 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) - • 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS. • 252.232-7010 LEVIES ON CONTRACT PAYMENTS. •252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL •252.243-7002 REQUEST FOR EQUITABLE ADJUSTMENT •252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (b) Representation. The Offeror represents that it- _____ Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. __X___ Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) •252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA   Performance Work Statement Objective: The objective of this is to provide family support for the Yellow Ribbon Post-Deployment briefing for 278th ACR Service Members & families for the TNARNG. The Contractor will perform a wide range of administrative tasks for the Family Programs, (J9) that include the formation and administration of various projects as detailed in this PWS. DeliverablePerformance StandardAcceptable Quality Level (AQL)Method Used / Frequency Lodging 3.0 - 3.1.3 Lodging •Rooms were acceptable to 95% •Rooms were available for check-in on time? - 100% •Rooms were clean at check-in? - 100%COR Survey after event Conference Rooms4.0 - 4.1.3 Conference Rooms•Conference Rooms were set-up as requested per PWS? 90% •Conference Rooms were clean before start of event - 95% •All A/V request were met per PWS? - 95% Lobby5.0 - 5.1.3 Lobby•Lobby area was clean and clear for vendor set-up? - 90% •Vendor tables were set-up and presentable? - 95% Meals6.0-6.2.4 Meals•Meals were delivered on time? - 95% •Meals were hot and acceptable flavor? - 95% •All meals request were met per PWS? - 95% Security7.0-7.2 Security•Were the children safe at all times and out of harm's way? -100%•Verify Proper documentation 1.0Organizational Analysis Army National Guard (ARNG): Source: (http://www.arng.army.mil/Pages/Default.aspx) Vision is to be a "Ready, reliable, and accessible force that maintains its relevancy now and through the millennium". Mission is "To provide combat capability to the war fighter and security to the homeland." Specifically, to provide ready units to the state and nation in three critical roles: •Federal Role: To support national security objectives •State Role: To protect life and property, and to preserve peace, order, and public safety. •Community Role: To participate in local, state, and national programs that add value to America 2.0Technical Specifications: 2.1The following technical specifications are provided to help potential contractors better understand the task environment in which the services will be delivered. The following specifications are required to successfully deliver the required service and support task order objectives. The contractor is encouraged to exceed these minimum technical specifications to demonstrate its technical, operational, and administrative expertise in support of customer's organizational and departmental objectives. 2.2No third party/prime vendors. TN NATIONAL GUARD WORK DIRECTLY WITH HOTEL. 3.0Lodging: The Contractor will: 3.1Vendor will make available a block of eight (8) guest rooms for two nights each. Eight (8) guest rooms will be designated for TN-ARNG Yellow Ribbon Staff. Guests will check in on •8 Guest will check in on Friday, 1 June 2018 and check out Sunday, 3 June 2018. 3.1.1All guest rooms for Yellow Ribbon Staff will not be included in the final quote but will be paid outside of the contract by individual guests. However, the guest rooms will be needed at the same location and on the same dates, and will be considered part of the award consideration. 3.1.2Extend check-out time for event staff. 3.2IF POSSIBLE, Vendor will make available a block of four hundred-fifty (450) guest rooms for two nights each. 450 guest rooms will be designated for TN-ARNG Yellow Ribbon event participants. •450 Guests will check in on Friday, 01June 2018 and check out Saturday, 02 June 2018. •450 Guests will check in on Saturday, 02June 2018 and check out Sunday, 03 June 2018. 3.2.1All guest rooms designated for Yellow Ribbon Participants will neither be included in the final quote nor will it be considered a contingent of award consideration, but is desired for the convenience of travelers. Rooms will be paid outside of the contract by individual guests. 3.3TNARNG requests the federal per diem rate for all rooms. 4.0Conference Rooms (6): The Contractor will: 4.1Provide one (1) conference/general session room to comfortably seat 1800 people. Contract will include: •conference room will be divisible into four (4) smaller rooms, to comfortably seat smaller groups of 450 people; •*table arrangement in banquet layout with no more than ten (10) people per table; •One (1) 6 ft. or 8 ft. table, with chairs placed in the rear of each area/room - four (4) total; •One (1) 6 ft. or 8 ft. table at the front of each area/ room for handouts - four (4) total; •One (1) podium; One (1) American Flag; state flag is optional; •Audio visual equipment - ref. 10.1; •Internet connectivity; •Complimentary water station in room(s) - four (4) total; •This room(s) may be used as dining area for the lunch banquet. *Vendor may suggest alternative options to seating and/or meeting space arrangements to those specified in this Performance Work Statement in efforts to meet event requirements. 4.1.1Eight (8) 6 ft. or 8 ft. registration/administration tables with two chairs (2) per table located outside meeting room. 4.1.2General Session conference room is required from 12:00pm, 1 June through 5:00pm, 3 June 2018. 4.2Provide four (4) conference/ break-out rooms designated for youth programs. Each room will: •Be conjoining or located in close proximity to each other; •Have an in-room lavatory or be located in direct proximity to restrooms; •One (1) room will be arranged in a classroom layout with seating for 40; •Three (3) rooms will be arranged in a classroom layout with seating for fifteen (15) and open space for free play; •One (1) table and one (1) chair will be placed outside rooms for registration. •Audio visual - Ref. 10.3 •Rooms will be used for Youth lunch banquet. 4.2.1Rooms designated for Youth Programs are required from 2:00pm, 1 June through 5:00pm, on 3 June 2018. 5.0Lobby/Vendor Space: the contractor will 5.1Compose lobby area or event space for 15 vendors having one (1) 6ft or 8ft table per vendor; two (2) chairs per table; and complimentary water station. 5.1.2Designated vendor area will be located in close proximity to the General Sessions room. 5.1.3Wireless internet capability is required to efficiently accommodate no less than 20 computers. Access to one (1) Ethernet port is required. 5.1.4Space designated for Vendors is required 4:00pm, 1 June through 4:00pm, 3 June 2018. 6.0Meals: 6.1Vendor will provide a full breakfast buffet on Saturday, 2 June AND Sunday, 3 June for 1800 people (3600 total for the event). Meal will consist of: •Coffee, hot tea assortment, water, orange juice & milk; •Sliced seasonal fruit; •Bread & pastries such as muffins, bagels or danishes, waffles/pancakes/french toast with syrup or biscuits & gravy (see 6.1.3); •Bacon, ham, and/or sausage; •Breakfast potatoes; •Eggs - any style. 6.1.2Breakfast service will be from 6:45 - 8:30am. 6.1.3Breakfast pastries/muffins, fruit, coffee, and tea will be left for consumption after the breakfast service has closed. Items will be removed only after depletion or to prepare for the service of the next meal. 6.1.3Vendor will provide a buffet style lunch banquet on Saturday, 2 June AND Sunday, 3 June for 1800 people (3600 total for the event). Meal will consist of: •Sweet tea, unsweet tea & lemonade; •Coffee - Ref 6.2.4 •Salad - garden or ceasar; •Choice of two (2) entrees/meat dishes; •Two (2) vegetable choices (salad will not be considered as side item); •Bread/rolls with butter; •Dessert (see 6.2.4). 6.2.1Vendor will provide linen table cloths for each dining table and servers for beverage refreshment and dish removal during mealtime. 6.2.2Lunch will be served from 11:00am - 1:00pm. •Vendor will make adequate serving provisions to optimize time allotted for meals. 6.2.3Serving portions will be a minimum of the following: meat - 8oz.; vegetables - 4oz. each; bread - 1 dinner roll; dessert - 1 serving, 6oz. each. 6.2.4Dessert and coffee will be included in the total cost of the lunch meal but will be offered to event participants for consumption at 2:00pm. 6.3Vendor will provide a separate lunch service on Saturday, 2 June AND Sunday, 3 June 2018 for 100 children (200 total). Meal will consist of: •One (1) entrée •One (1) side item •One (1) dinner roll •One (1) dessert (see 6.3.4) •Milk & lemonade/fruit punch 6.3.1Children's menu will include entrees, side items and desserts generally considered "kid friendly". Meals may include a combination of entrees & side items such as grilled ham & cheese sandwiches, chicken tenders, pizza, French fries, macaroni & cheese, pasta salad, fruit salad, fruit flavored gelatin, cookies, brownies etc. 6.3.2Serving portions will be a minimum of the following: meat - 5oz.; vegetables /side items- 3oz. each; bread - 1 dinner roll; dessert - 1 serving, 3oz each. 6.3.3Entrees or side items containing peanuts or peanut-derived ingredients will not be served. 6.3.4Lunch will be served in the designated youth classroom area from 11:00am - 12:00pm. 6.3.5Dessert will be included in the total cost of the lunch meal but will be offered to event youth participants for consumption at 2:00pm. 7.0Security Requirements: 7.1The contractor will be required to complete National Agency Check (NAC) SF85P. Obtain any clearances that are required to conduct duties for TNARNG. 7.1.2Vendor will lock all conference rooms nightly when not in use. 8.0Proposal Contract Information: 8.1When submitting a proposal all vendors MUST provide Cage Code, Dun and Bradstreet number, Tax identification number, and vendors must already have their Representations and Certifications completed in https://www.sam.gov/portal/public/SAM/#1 prior to submission of proposal. 8.1.2Contract Specialist for this Request for Proposal is Mrs. Rhonda Lien, rhonda.m.lien.civ@mail.mil, and Phone: 615-313-0530. Please call if there are any questions pertaining to this request. 8.1.3Contracting Officer's Representative (COR) for the event is Major Tim Roberts, State Family Program Director, timothy.e.roberts7.mil@mail.mil, Phone: 615-313-0994. 9.0Hours of Operation: 9.1The contractor will perform the services during the "Yellow Ribbon Pre-Deployment" event between 12:00pm, 1 June 2018 through 5:00pm, 3 June 2018. 9.2Check-in for the hotel guest rooms will be NLT 3:00pm on day of arrival. A late check-out will be extended to all event staff on day of departure. 9.3Vendor will not contract with any other party for use of the same occupied space during anytime of specified hours of operation. 10.0Audio Visual: the contractor will: 2 days 10.1Provide for each general sessions break-out room one (1) of each item - four (4) total: •Speaker's platform; •Projector; •10ft - 12ft screen (approximate); • Both a hand-held & wireless microphone; •Speakers/sound system; •Required ancillary or necessary equipment required for operation; •On call technical support. 10.2Wireless Internet and access to one Ethernet connection is required - Ref 4.1-4.3.1. 10.3Vendor will provide two (2) TVs and two (2) dvd players to be used in break-out rooms designated for youth programs. 11.0Contractor Manpower Reporting. 11.1The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://www.ecmra.mil/Default.aspx The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract Number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending June 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the website.   Quality Assurance Plan: The Contracting Officer's Representative (COR) will monitor contractor performance and complete the Quality Assurance Worksheet provided below on a monthly basis. The Quality Assurance Worksheet will be submitted directly to the Administering Contracting Officer with a copy to the Contracting Officer Representative (COR) following the first month of performance following the service. Future months will be submitted to the Contracting Officer only, unless COR involvement is warranted (i.e. anything other than green). The COR will assume a quality performance rating of "Green" on all measured deliverables unless otherwise notified. The quality rating may change from "Green" to "Red" without notice. We anticipate the COR utilizing the "Yellow" quality rating to alert the contracting office and the COR of quality issues that have the potential for a "Red" quality rating if corrective action is not taken. By approving service and/or deliverables on the worksheet, the COR confirms the quality performance rating of "Green" unless otherwise annotated. The Contracting Officer listed in the contract will provide the Contractor with a copy of all rating worksheets that are other than green. At the end of the performance period, the COR will be asked to complete a Quality Performance Review to document the quality performance rating. This will be submitted to the Contracting Officer. If there are any ratings other than green a copy will be furnished to the contractor. The COR may submit a Quality Assurance Worksheet at anytime and as often as necessary to document quality levels. If Contractor response to an identified quality deficiency is unsatisfactory, the Contracting Officer will contact the appropriate Contractor representative to implement a plan of action to remedy the identified deficiency. RatingDescription Green Yes performance and technical specifications are being met at AQL. YellowYes, performance and technical specifications are currently being met at the minimum AQL, but the following service / deliverable needs contractor attention. The Customer must identify what component of the deliverable and/or service requires attention. RedNo, performance and technical specifications are not being met at AQL and the following service / deliverable needs immediate contractor resolution. The Customer must identify what component of the deliverable and/or service is below the minimum AQL. QUALITY ASSURANCE WORKSHEET Performance Work Statement #____________ 278th ACR Pre-Deployment Yellow Ribbon Event name:___________________________________ Performance Rating Deliverable/ServiceQuality RatingCausative FactorsEffect on MissionAction /Date Lodging GreenComments Unnecessary for "Green" QA Rating Yellow Red Conference RoomsGreenComments Unnecessary for "Green" QA Rating Yellow Red LobbyGreenComments Unnecessary for "Green" QA Rating Yellow Red Meals GreenComments Unnecessary for "Green" QA Rating Yellow Red SecurityGreenComments Unnecessary for "Green" QA Rating Yellow Red Red Red Approved by: Date: ___________________ (Contracting Officer's Representative)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40-3/W912L7-18-R-0004/listing.html)
- Place of Performance
- Address: 3041 SIDCO DRIVE, NASHVILLE, Tennessee, 37204, United States
- Zip Code: 37204
- Zip Code: 37204
- Record
- SN04856395-W 20180317/180315232158-91299d29fc12bac07afaf9ace3cd74ee (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 |