Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
MODIFICATION

V -- September 29th -30 2018-MEETING SPACE CATERED MEALS AND EVENT SPACE-INDIANAPOLIS AREA

Notice Date
7/18/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
2002 S. Holt Rd, Indianapolis, IN 46241
 
ZIP Code
46241
 
Solicitation Number
3262018
 
Response Due
7/23/2018
 
Archive Date
1/19/2019
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 3262018 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 2005-99 with a small business size standard of $7.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-07-23 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The National Guard - Indiana requires the following items, Brand Name or Equal, to the following: LI 001: MEETING SPACE The Yellow Ribbon event will require (7) rooms from 7:00 AM through 5:00 PM on Saturday and 7am to 5pm on Sunday. The venue contractor shall setup and take down all tables and chairs for the event.The main meeting/conference room space shall be large enough to seat up to 80 guests. Tables and chairs should be set-up in rounds so attendees have a clear view of the stage set up at the front of the room, with the American flag posted at the front of the room. Space must accommodate arrangement. The vendor can deviate from the SOW in order to meet space requirements outside of the general session room., 7, EA; LI 002: AUDIO/VISUAL EQUIPMENT: Contractor shall provide and set-up a podium, (1) wireless handheld microphones (for general assembly), (2) screens, and cart or table to hold government-provided projectors and laptops. Screen(s) shall be large enough to ensure all attendees can easily view presentations. Government is permitted to bring laptop computers and projectors, with Microsoft PowerPoint applications, to be used in conjunction with venue provided equipment (i.e. splitter box, VGA or HDMI distribution amplifier, laptop sound port, Mackie mixer) in the conference room at no additional cost. Contractor shall provide house sound that will allow audio to play from government laptops Government is permitted to connect its equipment to the contractor ™s electrical outlets and facilities, at no additional cost to the government for use of contractor ™s electrical service. All rooms to be available for equipment/sound check NLT 5:00 pm Friday, September 28, 2018 if possible., 1, JOB; LI 003: Hot Lunch - SEPTEMBER 29TH 80 personnel- May not exceed FY18 Government per diem rate for Indianapolis. https://www.gsa.gov/travel/plan-book/per-diem-rates/per-diem-rates-lookupRate does not include the service fee. All meals should consist of: protein, fresh vegetable/fruit, starch, dessert and beverage options. PROVIDE MENU, 450, EA; LI 004: Hot Dinner - SEPTEMBER 29TH - 80 personnel -May not exceed FY18 Government per diem rate for Indianapolis. Rate does not include the service fee.https://www.gsa.gov/travel/plan-book/per-diem-rates/per-diem-rates-lookup All meals should consist of: protein, fresh vegetable/fruit, starch, dessert and beverage options. PROVIDE MENU, 80, EA; LI 005: BREAKFAST- SEPTEMBER 30TH - 80 personnel -May not exceed FY18 Government per diem rate for Indianapolis.https://www.gsa.gov/travel/plan-book/per-diem-rates/per-diem-rates-lookup Rate does not include the service fee. All meals should consist of: protein, fresh vegetable/fruit, starch and beverage options. - PROVIDE MENU, 80, EA; LI 006: LODGING- GOVT PER DIEM RATE ONLY https://www.gsa.gov/travel/plan-book/per-diem-rates/per-diem-rates-lookup 10 Rooms on Friday, 28 September 2018 (5 singles, 5 doubles) 28 Rooms on Saturday, 29 September 2018 (18 singles, 10 doubles) No Federal Taxes will be paid for rooms under this contract, as the federal government is tax exempt. A rooming list will be provided to the contracted hotel by 10 September 2018. Any room not reserved, by this deadline, shall be released back to the hotel and not charged to the contract., 38, EA; LI 007: Parking spaces, 80, EA; LI 008: SERVICE FEES - IF SERVICE FEES APPLY PLEASE PROVIDE OVERALL COST AND INCLUDE A BREAKDOWN OF THE FEES IN A SEPARATE ATTACHMENT., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Guard - Indiana intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Guard - Indiana is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Bid MUST Be in good for 30 calendar days after close of buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2cec86d1155f93ff5de99b80e5b1e73f)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04997580-W 20180720/180718231243-2cec86d1155f93ff5de99b80e5b1e73f (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.