Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
MODIFICATION

X -- Strong Bonds Marriage Retreat

Notice Date
7/20/2018
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 183 MSG/MSC, IL ANG, CAPITOL AIRPORT, 3101 J. DAVID JONES PARKWAY, SPRINGFIELD, Illinois, 62707-5001, United States
 
ZIP Code
62707-5001
 
Solicitation Number
W91SMC-18-Q-7006
 
Point of Contact
Brent D. Keller, Phone: 2177571251, Rachel E. Clark, Phone: 2177571252
 
E-Mail Address
brent.d.keller.mil@mail.mil, rachel.e.clark18.mil@mail.mil
(brent.d.keller.mil@mail.mil, rachel.e.clark18.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is being amended to correct the RFQ close date. There were different close dates used throughout the description. For this reason, the dates have been corrected and the RFQ now closes on Wednesday, July 25, 2018, at 5pm CST. 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. This announcement constitutes the only solicitation; this is a request for quotation (RFQ). Quotes are being requested and a separate written solicitation will not be issued. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the System for Award Management database @ www.sam.gov and shall be considered for award. This combined synopsis/solicitation is issued as a Request for Quote (RFQ) W91SMC-18-Q-7004. Submit written offers IAW CLIN structure outlined in announcement. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96 (effective 06 Nov 2017). This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(b). North American Industrial Classification Standard (NAICS) 531120 "Lessors of Nonresidential Buildings (except Miniwarehouses)", and Size Standard of $27.5M applies to this procurement. RFQ Submission For 183d Wing Strong Bonds Ribbon Event: •1. Quotes should conform to the CLIN structure as established in RFQ Submission Format. •2. Please see attached Statement of Work (SOW) for detailed description of requirements. •3. Quotes must be submitted to CMSgt Brent Keller and SSgt Rachel Clark via email at brent.d.keller.mil@mail.mil and rachel.e.clark18.mil@mail.mil NLT 5:00 PM CST, 25 July 2018. •4. The resulting contract will be Firm-Fixed Price (FFP) and the Period of Performance is from September 14-16, 2018. •5. All questions should be submitted by email to the contracting office no later than close of business on July 19, 2018. CLIN 0001 Room Rental/Meeting Spaces QTY 1 Job The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and non-personal services necessary to provide the required room rentals and accessories as specified in the attached Statement of Work, to include: lodging/sleeping rooms, general session conference room, breakout session rooms, resource fair space, event registration space, childcare activity room/ youth activity rooms, counseling rooms, and command post room. CLIN 0002 Audio Visual QTY 1 Job The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and non-personal services necessary to provide Audiovisual (A/V) requirements as specified in the attached Statement of Work for each specific meeting space, and ensure they are properly working. CLIN 0003 Catered Meals/Snacks QTY 1 Job The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and non-personal services necessary to provide two meals (1 breakfast, 1 lunch) to accommodate approximately 30 people for each breakfast meal and for each lunch meal (approximately 60 meals total). The meals shall be prepared in accordance with specifications and minimums stated in the attached Statement of Work. The contractor shall also provide snacks and refreshments to be made available two times, Saturday mid-morning and Saturday mid-afternoon, for approximately 30 people each snack time (approximately 60 0 snacks and refreshments total). The following clauses are incorporated by reference in the solicitation and the resulting contract: 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-50 Combatting Trafficking in Persons 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 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea The following clauses are incorporated by full text in the solicitation and the final award: 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.222-19 Child Labor- Cooperation with Authorities and Remedies 52.222-36 Equal Opportunity for Workers with Disabilities 52.252-2 Clauses Incorporated by Reference Fill-in information: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses Fill-in information: Department of Defense FAR Supplement (DFARS) (48 CFR Chapter 2) 252.232-7006 Wide Area Workflow Payment Instructions Fill-in information to be provided at award. The following provisions apply to this solicitation and are incorporated by reference. This section will be physically removed from the final award. 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation- Commercial Items 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.225-7031 Secondary Arab Boycott of Israel All potential offerors are reminded that all firms must be registered in the System for Award Management database @ www.sam.gov to be considered for award. Lack of registration in the SAM will make an offeror ineligible for contract award. Quotes must be submitted to CMSgt Brent Keller and SSgt Rachel Clark, via email at brent.d.keller.mil@mail.mil and rachel.e.clark18.mil@mail.mil NLT 5:00 PM CST, 25 July 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-3/W91SMC-18-Q-7006/listing.html)
 
Place of Performance
Address: Downtown Chicago, Chicago, Illinois, 60611, United States
Zip Code: 60611
 
Record
SN05000441-W 20180722/180720230645-6f0a9135fae396e3dd0598dd01f26926 (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.