Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
SOLICITATION NOTICE

X -- Yellow Ribbon October 2018 - StatementOfWork

Notice Date
8/29/2018
 
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
W912KZ-18-Q-5009
 
Archive Date
10/16/2018
 
Point of Contact
Glennquetta Odom, Phone: 5024134617, Alan M Wade, Phone: 5024134439
 
E-Mail Address
glennquetta.d.odom.mil@mail.mil, alan.m.wade.mil@mail.mil
(glennquetta.d.odom.mil@mail.mil, alan.m.wade.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Yellow Ribbon Statement Of Work FBO Announcement: Combined Synopsis/Solicitation Action Code: <COMBINED> Subject: Yellow Ribbon October 2018 Solicitation Number: W912KZ-18-F5009 Response Date: October 1, 2018 10:00AM EST 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 $32.5 Million. 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. GSA quotes received will take precedence over any open market quotes per FAR part 8 Price Schedule: All offerors shall provide a quotation for the following line items: Line Item 1: Main Event Conference Room Item Details: One (1) General Session Room to accommodate three hundred (300) attendees set up in classroom style with long tables and chairs. The main event room should be available for use starting 27 October 2018 6:00 a.m. - 4:30 p.m. The event room must comfortably seat Three Hundred (300) individuals and Ten (10) support staff. Line Item 2: Ten (10) Breakout Rooms Item Details: Eight (8) breakout rooms to accommodate Fifty (50) attendees per room, one (1) room to accommodate infants and toddlers with minimum 1,100 Square Feet 1 round table with 8 chairs, and one (1) room for youth activities with a minimum 2,000 Square Feet with 3 round tables with 8 chairs each. Each room should be able to accommodate medium sized risers OR fixed stage/lectern OR podium centered, AV booth near outlets and house sound connections if available. Two (2) rectangular tables in each room are needed to accommodate support staff. Line Item 3: Audiovisual (A/V may or may not be needed) Item Details: Audiovisual screen(s) is required. Use of house sound (and projection only if built into ballroom). A/V freedom - we will make use of our technicians and equipment, projecting onto contracted screens, Wireless Internet capabilities and a lavaliere or hand-held mic. Podium, microphone, screen(s), stage, AV/booth, A/V connections to house sound and projector (if built into the ballroom), and internet service, in main conference space or ballroom. Government is permitted to connect its equipment to the contractor's electrical outlets, house sound and AV connections within the facility and for the duration of the event with no additional cost to the government. Line Item 4: Lodging/Room Blocks Item Details: The estimated lodging total of 40 - 50 sleeping rooms are required for one (1) night Friday, 26 October 2018 and 15 - 20 sleeping rooms are required for two (2) nights Friday, 26 October 2018 and Saturday, 27 October 2018. The lodging rate for this event will not exceed the Government Lodging Per Diem rate for the Louisville, KY area. Line Item 5: Breakfast Item Details: Maximum Breakfast Per Diem Rate-- $13.00/Person When possible, breakfast should be included in the cost of the room. The hotel shall provide its standard buffet breakfast or menu selection at an appropriate facility on site. The voucher or sign-in system is an option. The meal is preferably set up as buffet style in the General Session Room. Beverages will remain until empty or break/lunch items are available. Line Item 6: Lunch Item Details: Maximum Lunch Per Diem Rate-- $15.00/Person The hotel shall provide its standard hot buffet luncheon with vegetarian/vegan option or menu selection at an appropriate facility on site. The voucher or sign-in system is an option. The meal is preferably set up as buffet style in the General Session Room. Lunch should consist of a hot 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. Beverages will remain until empty or break items are available. Line Item 7: Break Snacks Item Details: Maximum Snack Per Diem Rate-- $5.00/Person Afternoon snacks: popcorn, cookies etc., and beverage. Beverages will remain until empty or end of program. 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. Offerors shall submit quotations to 123rd Contracting Office, no later than Monday, October 1st, 2018 at 10:00AM EST.FAX quotations shall not be accepted. E-mail quotations shall be accepted at glennquetta.d.odom.mil@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 October 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 lowest priced, technically acceptable. Technically acceptability means that the quote meets all of the stated minimum specifications. The Government shall evaluate price for reasonableness. Performance Work Statement Lodging, Meals and Conference Facilities Yellow Ribbon Reintegration Program Post 1 Deployment Event Louisville, KY 27 October 2018 1. INTRODUCTION. The Kentucky Air National Guard (KY ANG) will conduct a Yellow Ribbon Reintegration (YRRP) event located in the Louisville, KY area (within zip code 40220) area on 27 October 2018. The KY ANG is seeking a premium FEMA registered facility to accommodate lodging, training, breakout, fellowship and dining accommodations to include catering for service members and their spouses (DEERS dependent), DEERS eligible dependent, and support staff for the event. The designated government representative holding this event is not authorized to change the terms and conditions of the resulting contract. 1.1. Hotel Representative. The hotel shall provide a liaison for the event. The hotel representative (HR) must be vested with the authority to resolve issues involving event execution and payments as they arise. The HR shall be available through the duration of the event. The hotel will provide a list of on-call points-of-contact who have the authority to resolve issues affecting their particular areas of support, (for example: room maintenance, security, banquets, payment, etc). 2. GENERAL REQUIREMENTS. 2.1. LODGING. 2.1.1. Quality Room Standards. The rooms will be occupied by 1 Airmen and their Family Members under this contract. Rooms must be double occupancy, individual/private sleeping rooms with private toilet and shower/tub facilities, hot and cold running water, clean linen on a daily basis, working electricity, color television with cable, clock, and telephone, 2 queen beds, 1 queen/king bed, or any combination per room. The room should be appropriately furnished. If number of children requires, a service member may need an additional room. If possible, the rooms should be adjoining or next to each other. All attendees will be placed on the same floor, if possible. 2.1.2. The U.S. Government is responsible for contractual payments indicated in the schedule. The lodging rate for this event will not exceed the Government Lodging Per Diem rate for the Louisville, KY area. Individuals designated as "self-pay" are responsible for their bills; the rooms should be provided at the contracted price. 2.1.3. The estimated lodging total of 40 - 50 sleeping rooms are required for one (1) night Friday, 26 October 2018 and 15 - 20 sleeping rooms are required for two (2) nights Friday, 26 October 2018 and Saturday, 27 October 2018. 2.1.4. The designated Government Representative will identify individuals on the guest list whose rooms will be procured under the proposed contract. All other rooms and services shall be the responsibility of the individual ("self-pay") and the government will not be held liable. 2.1.5. The US Government will not pay for telephone calls, mini-bar, room service, in room internet (if not provided at no cost), room service, movie/game rentals, restaurant invoices, gift shop purchases, damages, hotel charges and etc. other than those specifically provided for in this contract. Charges not covered by the US Government should be resolved between the guests and the hotel. Incidentals will be paid by the member who booked the room and shall be billed to the individual's personal credit card account which was provided during check-in. 2.1.6. The US Government will only pay for rooms and services actually used and any applicable penalties due to late cancellations. Attendees will be provided a 72 hour cancellation policy or better. In case of unforeseen mission requirements or confirmed emergency, members under this room block and reservation code will not be held liable for failure to cancel and will not be charged first nights stay. A letter signed by the appropriate Wing Commander or an Official Order must be submitted in this case. 2.1.7. Check-in/out. The designated government representative will contact the hotel directly and provide the hotel with a list of names for all airman and family members for each room reservation using the designated reservation code established by the hotel and provided to the requestor of these services. The deadline for providing the list of names for room reservations to the hotel by the government POC will be no later than 1600 hours (4:00 PM) Thursday, 18 October 2018. Any rooms not reserved as required by the list provided in the KY ANG YRRP room block by this deadline (Thursday, 18 October 2018) shall be released from the block and made available for sale to the general public. In some cases, participants may show up earlier than the regular check-in time. The hotel should accommodate early arrivals, if there is availability of rooms. The hotel should also accommodate guests with late departures to check out later than the regular time when possible. The hotel should provide a secure storage area for personal luggage when neither early check-in nor late check-out is possible. Check-out time for all attendees will be designated to be at 1200 hours (12:00 PM) unless hotel is able to accommodate a late check out. 2.1.8. Extended Stays. Conference guests wishing to extend their stay in the hotel must check-out within the designated time on the specified end date. Guests who wish to extend their stay at the hotel may do so at the hotel's discretion and the guests' financial resources. 2.1.9. Announcement boards. The hotel will provide appropriate announcement boards at each hotel entrance and the main conference room welcoming and directing conference participants. The designated Government Representative will provide the exact wording of the announcement to the hotel. 2.1.10 Event Setup. Designated government representative will need access to the hotels designated events spaces on (Friday 26 October 2018) 2:00 p.m. to set up for next day event. 3. EVENT FACILITIES. 3.1. GENERAL REQUIREMENTS. 3.1.1. The contractor is responsible for providing suitable event room space. The Government defines suitable conference room space as follows: 3.1.2. The event facility should be ready for use by US Government personnel, no later than 6:00 AM morning of the event. 3.1.3. Event Space: One (1) General Session Room to accommodate three hundred (300) attendees set up in classroom style with long tables and chairs, eight (8) breakout rooms to accommodate Fifty (50) attendees per room, one (1) room to accommodate infants and toddlers with minimum 1,100 Square Feet one (1) round table with 8 chairs, and one (1) room for youth activities with a minimum 2,000 Square Feet with three (3) round tables with 8 chairs each. Each room should be able to accommodate medium sized risers OR fixed stage/lectern OR podium centered, AV booth near outlets and house sound connections if available. Option to bring in government owned PA system to hook into house sound system. An additional two (2) rectangular tables, in each room, will be set to accommodate up to 5 support staff. Three (3) rectangular tables will be set outside the main entrance of the General Session Room for Registration and Fifteen (15) rectangular tables for resource providers with 2 chairs at each table outside the general session area. Audiovisual screen(s) is required as noted below and use of house sound (and projection only if built into ballroom). A/V freedom - we will make use of our technicians and equipment, projecting onto contracted screens, Wireless Internet capabilities and a lavaliere or hand-held mic. a. Saturday, 27 October, 6:00 a.m. to 5:00 p.m. 3.1.4. The hotel is responsible for ensuring all equipment is operable at all times. 3.1.5. The hotel shall provide grounded electrical connections with extension cords and surge protectors to support office equipment. 3.1.6. The rooms must be locked to prevent unauthorized access. Only the designated Government Representative is authorized to receive keys to the conference rooms. 3.2. Main Event Rooms. The main event room should be available for use starting 27 October 2018 6:00 a.m.- 4:30 p.m. The event room must comfortably seat Three Hundred (300) individuals and Ten (10) support staff as noted above. 3.2.1. The hotel representative is responsible for coordinating set-up with the designated Government Representative and/or the KO. The setup includes a typical conference set-up that includes but is not limited to: • Tables w/tablecloths • Padded chairs • Podiums and Easels • Other miscellaneous equipment. • Tripod--capable of holding a 1-meter by 1-meter sign at door entrance for each room. b. Podium, microphone, screen(s), stage, AV/booth, A/V connections to house sound and projector (if built into the ballroom), and internet service, in main conference space or ballroom, times specified above. c. Screens, sound hook up and wireless internet usage in breakout rooms and must be large enough to accommodate the audience in full. Two screens, one on either side of stage in main ballroom/conference space is acceptable. d. Contractor (Hotel) will provide setup and projectors if built into their conference space otherwise the government will provide projectors. Government will provide laptop computers to be used in the conference room and breakout rooms. Government is permitted to connect its equipment to the contractor's electrical outlets, house sound and AV connections within the facility and for the duration of the event weekend with no additional cost to the government for use of contractor's electrical power service. 3.2.3. Each table should be appropriately supplied with drinking water. 3.2.4. Miscellaneous other space requirements are as follows: None 3.2.5. Internet. The hotel is responsible for providing high speed internet connection for US Government personnel. 4. MEALS. 4.1. GENERAL REQUIREMENTS. The hotel is responsible for providing meals during the event and must remain at or under the cost of the per diem rate to include all snacks and beverage breaks. The scheduled meals are prepared according to predetermined menus. The meal includes one beverage: non-alcoholic juice, soft drinks, or coffee. The designated Government Representative will identify individuals with dietary restrictions. The hotel should be able to package any of the meals allowing individual consumers to transport and eat at their convenience when previously coordinated. 4.2. Hotel Meal Program. The hotel will account for meals served to Non-US Participants by providing a consumption list (head count) at the end of each business day to the designated Government Representative with an invoice showing actual charges for each meal. The hotel may be required to submit receipts and other billing information per the Contracting Officer's request. 4.3.1. Individuals designated as "self-pay" are responsible for paying for their individual meals. 4.3.2. Schedule of Contracted Meals. 4.3.2.1. Breakfast. When possible, breakfast should be included in the cost of the room. The hotel shall provide its standard buffet 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. The meal is preferably set up as buffet style in the General Session Room. Beverages will remain until empty or break/lunch items are available. Maximum Breakfast Per Diem Rate-- $13.00/Person 4.3.2.2. Lunch. The hotel shall provide its standard hot buffet luncheon with vegetarian/vegan option 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. The meal is preferably set up as buffet style in the General Session Room. Maximum Lunch Per Diem Rate-- $15.00/Person 4.3.2.2.1. Lunch should consist of a hot 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. Beverages will remain until empty or break items are available. 4.3.2.2.2. Children meals: chicken fingers/fries /fruit and beverage. Approximately 25 meals, Government will provide finalized number no later than Thursday, 18 October 2018. a. 4.3.2.2.3 Break. Afternoon snacks: popcorn, cookies etc., and beverage. Beverages will remain until empty or end of program. Maximum Snack Per Diem Rate-- $5.00/Person 4.4. Estimated Number of Contracted Meals up to 350 participants, youth and support staff. All other participants are responsible for their own meals. Table 4. NON US PERSONNEL CONTRACTED MEALS DATE BREAKFAST LUNCH DINNER TOTAL 27 October 2018 350 300 0 700 Vegetarin/Vegan 25 Children's Meal 25 TOTAL 350 350 0 700 Maximum Breakfast Per Diem Rate-- $13.00/Person Maximum Lunch Per Diem Rate-- $15.00/Person Maximum Snack Per Diem Rate-- $5.00/Person **NOTE: The U.S. Government is not responsible for paying for Alcoholic beverages. 4.5. Menu selections or substitutions should be coordinated with the designated Government representative. Setup should be completed by the scheduled time and promptly removed at the direction of the designated Government Representative. The government shall provide contractor with a final count of personnel to be served refreshment breaks no later than Friday, 19 October 2018. The government will not be responsible for any cost above the final count provided and all refreshments per that headcount will be left out and available to our attendees until the refreshments have been consumed or the government point of contact directs/agrees to discontinue refreshment service. Pre-packaged, canned, bottled, and non-perishable leftovers will be provided to the government point of contact on site. 5. PARKING. The hotel should provide, at no charge, "self-park" parking spaces in the hotel parking lot on Saturday, 27 October 2018 for local participants not residing in the hotel. Participants using the "self-parking" service will be validated by the designated Government Representative. 6. BUSINESS CENTER. The hotel shall provide access to the business center for all exercise participants. Access includes copies, fax, and Internet capability charged to the individual (in the case that it is not included in the lodging package). 7. SECURITY. 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. 7.1. 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. 8. Contracting Officer and the Designated Government Representative (Contracting Officer's Representative). The contractor will only take direction from the Contracting Officer or the designated Government Representative (Contracting officer's representative). The limitations of the designated Government Representative are contained within this Performance Work Statement. The contractor will not receive payment for purchases outside of the contract terms. 8.1 The designated Government Representative (COR) is SMSgt Alan Wade/SrA Quetta Odom 9. CHANGES TO CONTRACT. 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). 10. INVOICES. All invoices submitted for payment shall be submitted in English, and shall be billed in US Dollars. Invoice must have all required information as described by the Contracting Officer. Lodging, service charges, taxes, etc. must be itemized separately on the invoices. END OF PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA15-1/W912KZ-18-Q-5009/listing.html)
 
Record
SN05062645-W 20180831/180829231637-52355fca52a3e1e6efc0e9fbeb9ddeca (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.