Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2018 FBO #5966
SOLICITATION NOTICE

X -- Yellow Ribbon 2018

Notice Date
3/23/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 123 MSG/MSC, KY ANG, 1101 GRADE LANE, LOUISVILLE, Kentucky, 40213-2679, United States
 
ZIP Code
40213-2679
 
Solicitation Number
YellowRibbon2018Revised
 
Archive Date
4/21/2018
 
Point of Contact
Glennquetta Odom, Phone: 5024134617, Alan M Wade, Phone: 5024134439
 
E-Mail Address
usaf.ky.123-aw.list.fal-msc-contracting@mail.mil, alan.m.wade.mil@mail.mil
(usaf.ky.123-aw.list.fal-msc-contracting@mail.mil, alan.m.wade.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FBO Announcement: Combined Synopsis/Solicitation Action Code: <COMBINED> Classification Code: X Subject: Yellow Ribbon Event Solicitation Number: NA Response Date: 04/06/2018 Contact Points: Glennquetta Odom Delivery shall be FOB Destination for the following items no later than 30 days ADC: Kentucky Air National Guard 1101 Grade Lane Louisville, KY 40213 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6- Streamlined Procedures for evaluation and solicitation for Commercial Items- as Supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a separate written solicitation document will not be issued. The solicitation is being issued using Simplified Acquisition Procedures. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-79) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. All responses to the questions will be made in writing, without identification of the questioner, and be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $32.5M. This acquisition is being procured using full and open competition and all interested parties may submit a quotation for consideration *** All interested Contractors shall provide a quote for the following: Background: All Items must be new. Porotypes, demonstration models, used, or refurbished equipment will not be considered for award. All items requested will accept an OR EQUAL item. Price Schedule: All offerors shall provide a quotation for the following line items: Line Item 1: Meals -- Breakfast $13.00/person Lunch $15.00/person Line Item 2: Conference Facilities -- Event Session Room Children Room 4 Breakout Rooms Conference Room (Please see attached Statement of Work (SOW)) Item Details: Meals and Conference Facilities (Please see attached Statement of Work (SOW)) Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil Provisions 52.204-7 System for Award Management 52.212-1 Instructions to Offerors- Commercial Items 52.212-2 Evaluation- Commercial Items contracting officer may insert provision when evaluating other factors are required 52.212-3 Offerors Representations and Certifications-Commercial Items 52.225-18 Place of Manufacture 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications Clauses The following FAR clauses apply to this acquisition and will be incorporated into the resultant contract. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil 52.204-10 Reporting Executive Compensation 52.204-13 System for Award Management 52.204-19 Incorporation by Reference of Representations and Certificates 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.212-4 Contract Terms and Conditions- Commercial Items 52.222-50 Combatting Trafficking in Persons (FEB 2009) (22 U.S.C.7104(g)) 52.222-3 Convict Labor (June2003) (E.O. 11755) 52.222-19 Child Labor- Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 52.225-1 Buy American Supplies 52.225-3 Buy American Free Trade Agreements Israeli Trade Act Certificate Alternate I 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O. proclamations, and statues administered by the Office of Foreign Assets Control of the Department if the Treasury) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) ( 931 U.S.C. 3332) 52.216-24 Limitation of Government Liability 52.216-25 Contract Definitization 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representations and Certifications 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Contractors 52.233-3 Protests After Award (AUG 1996) ( 31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.244-6 Subcontracts for Commercial Items 52.247-34 FOB Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.211-7003 Item Unique Identification and Valuation 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (Jun 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.225-7048 Export-Controlled Items (Jun 2013) Clauses incorporated by Full Text FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2010) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110- 252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (14)(i) _X___ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (25)(i)_X_ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (26) _X_ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (5) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) For offers to be considered at a minimum all RFQs must include the following: Completed Representations /Certifications (SAM), Completed Pricing Schedule, Completed Acknowledgement of Terms and Conditions. Sam's Registration: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, they may do so through the SAM website at http://www.sam.gov. Payment shall be paid thru the wide area workflow program. All payments are net 30 days. All Offerors must accept this as payment. Important information: You are not guaranteed the numbers. They are estimates. They will be changed with correct numbers before the event. Basis For Award shall be made to a single offeror. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The most important is price and then location in that order. Offerors shall submit quotations to 123rd Contracting Office, no later than Friday, April 6, 2018 at 10:00AM EST.FAX quotations shall not be accepted. E-mail quotations shall be accepted at usaf.ky.123-aw.list.fal-msc-contracting@mail.mil Please reference the RFQ number in the subject line of email communications. Offerors’ quotations shall not be deemed received by the Government until the quotation is entered in the e-mail box set forth above. Please make all quotes valid through September 30th 2018. Also, include DUNS, Cage code, Tax ID, Shipping & Lead Time for items. The point of contact for this solicitation is Glennquetta Odom (502) 413-4617 if any additional information is required. Evaluation Award shall be made to the vendor based on location (within 10 mile radius of 40213) and lowest priced technically acceptable. Technically acceptability means that the quote meets all of the stated minimum specifications. The Government shall evaluate price for reasonableness. UNFUNDED: **** THIS IS AN UNFUNDED ITEM, PURCHASE IS PENDING AVAILABILITY OF GOVERNMENT FUNDING**** PLEASE MAKE ALL QUOTE SUBMISSIONS VALID THROUGH SEPTEMBER 30TH 2018. Please indicate all OPEN MARKET items you are quoting. Please provide DUNS#, Cage Code, TAX ID, GSA Schedule#, ad lead time. As this is a Department of Defense purchase request, all offered products must comply with the Buy American Act (FAR Section 25.1 and FAR 25.2) All line items will accept an OR Equal item. Or Equal (All items requested will accept an Or Equal item.) Please confirm that your items are on your GS Schedule or if they are Open Market. As this is a Department of Defense purchase request, all offered products must comply with the Buy American Act (FAR Section 25.1 and 25.2) Pending Availability of Funds. Please make quotes good through 30 September 2018. Please include Lead Time, Tax ID, DUNS #, and any Shipping charges that may apply. Award will be based on Location and Lowest Price Technically Acceptable (LPTA) PLEASE SEE PWS BELOW 23 March 2018 Performance Work Statement The 123d Air National Guard Airlift Wing (ANG) Yellow Ribbon Reintegration Program (YRRP) has a need to acquire conference space, meals, and amenities for informational meetings. This requirement is for temporary use on a non-recurring basis. The information included in this request includes the scope of work, period of service, deliverables, acceptable standards, and any additional special requirements which may be negotiated prior to agreement and acceptance of a contract with your property. 1. REQUIREMENTS: a) Period of service: 28 April, 2018 b) Hotel must be within the metro Louisville area (Louisville, KY) within 10 nautical miles of zip code 40213 c) Event Space: One (1) general session room to accommodate approximately sixty-five (65) attendees, Four (4) breakout rooms to accommodate approximately 15-20 attendees, One (1) general use room to accommodate twenty-five (25) children and appropriate staff: One (1) Small Meeting space that can accommodate Five (5) people. d) Hotel must be equivalent to or higher than AAA’s 3 Star/Diamond rating at the time of contract award and period of service. e) YRRP reserve the right to modify the number of attendees and meals required up to Seventy Two (72) hours prior to the event. f) Request that daily/overnight parking fees be waived for participants attending and/or working the conference event. If the fee cannot be waived the hotel must notify event attendees and YRRP Staff. If parking is charged must be noted in venue bid. g) Continental Breakfast and Lunch must be served on Site. h) Beverage service must be provided for each room as well as waste removal. i) Wi-Fi must be available throughout Entire Event Duration. j) Audio/Visual equipment for main conference room should be efficient enough for a room of sixty-five (65) attendees. k) Chairs and tables to accommodate for ALL Yellow Ribbon event Attendees including Staff. 2. LODGING: a. The hotel room blocks will be set up by YRRP staff members. b. The individual travel required to contact the venue in a timely manner to reserve rooms and utilize their own form of payment for the hotel room and all associated expenses, including but not limited to: television charges, long distance calls, room service, chargeable exercise/spa privileges, etc. c. The room price will not exceed the current/seasonal government per diem rate, as prescribed by General Services Administration on an annual basis, and will include any surcharges, energy charges, etc. Room block must be provided for one (1) night, for ten (10) rooms on the night of 27 April 2018. Room block should be held up to two (2) days prior to event date and will not be held by YRRP Funding. d. Overnight parking costs will be inclusive in hotel room rates ALONG with day parking rates being waived. 3. CONFERENCE SPACES: a. Space available for Sixty-five (65) Attendees. b. One (1) general use conference room, setup in “classroom” style seating, to be used as the main session area from 7:00am – 5:00pm on dates: 28 April, 2018. Complimentary Wi-Fi must be available during the entire period of room use. This room should also have tea/coffee/water service during room use with periodic waste removal. Room must be set up with: 1. Long tables and chairs 4. BREAKOUT ROOMS: a. Space available for four (4) breakout rooms (15-20) Attendees to be used from 8:00am to 4:30pm on 28 April 2018 near the location of the main conference room. Room setup with chairs in classroom style CHILD CARE SPACE: a. One (1) general use spaces to accommodate for Twenty Five (25) Children and staff: The room designated as a Child Care Room will be available for use from 7:00am – 4:30pm on dates 28 April 2018. These rooms must also be able to accommodate for the childcare staff as well. This room should be large enough to accommodate play pens, strollers, and children’s accessories, located near or within reasonable distance from the event room/rooms and must be located within reasonable distance from male and female restrooms. b. The childcare room must be within One Hundred (100) ft. of the main conference room. c. Room should allow for food to be served in the area while lunch is served in the main session area and provide periodic waste removal. d. ANG will provide One (1) television and one (1) DVD player. IN CHILDCARE ROOM. e. This room SHOULD NOT be located in the following areas: restaurants, basements, or in close proximity of pools. 6. COMMON AREA - REGISTRATION AREA a. Open reception/common area available from 7:00am – 4:30pm on dates 28 April 2018 This space should be large enough to accommodate registration and stations for approximately Fifteen (15) vendors outside of the main session area. This area should allow for periodic waste removal and be set up with: 1. Water/Coffee/Tea/Beverage station. 2. One (1) grounded power strip 3. Fifteen (15) 6ft. rectangular tables with two (2) chairs at each 4. Complimentary Wi-Fi. (If available) 7. FOOD SERVICE: a. Hotels contracting with the KY ANG YRRP cannot charge an explicit or implicit food and beverage minimum amount for the event. This event will require breakfast, lunch,afternoon snacks and coffee/tea services for one (1) day(s). Exact numbers will be provided below and acceptable examples of food options will be included on the attached enclosure. b. Continental breakfast for Ninety (90) attendees on 28 April 2018, available from 7:00am – 8:00am. The hotel shall provide its standard continential breakfast or menu selection at an appropriate facility on site as agreed to by the vendor and the designated Government Representative. The voucher or sign-in system shall apply to authorized personnel; unauthorized charges shall be billed directly to the user. Breakfast for ninety (90) people and beverages, condiments, cups, and all utensils should be included Based on government maximum allowability $_13.00__ per Person c. Lunch for Ninety (90) attendees on 28 April 2018 available from 11:30 am-1:00 pm. The hotel shall provide its standard menu selection or boxed lunch at an appropriate facility on site as agreed to by the vendor and the designated Government Representative. The voucher or sign-in system shall apply to authorized personnel; unauthorized charges shall be billed directly to the user. Lunch should consist of a main entree, side dishes, dessert, and a non-alcoholic beverage (water, juice, soft drinks, tea/coffee) and be consistent with a value sufficient for a complete luncheon meal. Plated or boxed lunch for ninety (90) people to include a choice of entree, side dishes, dessert, and beverages. Condiments, cups, and all utensils should be included. Based on government maximum allowability $ _15.00____ per Person d. Complimentary tea/coffee/water service for Ninety (90) attendees available for the duration of the event. NO BOTTLED WATER e. All food service personnel will conduct themselves in a professional manner, befitting a 3 Star/Diamond rated hotel or above. All food service personnel are required to have appropriate attire and required training. **NOTE: The U.S. Government is not responsible for paying for Alcoholic beverages** Examples of food service options: a) Breakfast: coffe, tea, juices, hot and ice water, beverage condiments, assorted pastries, fresh fruit, standard plates, glasses, utensils and required linens. b) Lunch should include entree/main dish with at least 2 sides and a baked good or boxed lunch. Additional beverage options other than coffee/tea service and all standard serving dishes, plates, glasses, utensils and required linens. c) Children’s lunch should be kid friendly, i.e. macaroni & cheese or chicken fingers. Side dish can include French fries, a fruit and/or vegetable and a small desert. Beverages can be water and juice. 8. SECURITY. a) The hotel shall have an internal security program, which meets the requirements of the Government’s Regional Security Officer. The Government will inspect the contractor’s facilities. The hotel shall make its security plan available upon request. Contract award is contingent upon certification by a force protection inspection and approval. The hotel shall provide the Government’s security director an orientation. The hotel security manager shall meet with the Government security director to establish a direct point of contact within the hotel staff to solve security issues. 9. CHANGES TO CONTRACT. a) The only person authorized to make changes to the contract is the Contracting Officer. Failure to clear changes with the Contracting Officer IN ADVANCE of providing service may result in non-payment to the Contractor. Accordingly, the Contracting Officer SHALL be notified prior to any additional services/performances necessitating contract modification (that is, those resulting in changes in cost to the Government).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA15-1/YellowRibbon2018Revised/listing.html)
 
Place of Performance
Address: Louisville, Kentucky, 40213, United States
Zip Code: 40213
 
Record
SN04865191-W 20180325/180323231320-c47073b8c909ff592587d7e259b9324d (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.