Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
MODIFICATION

S -- Yellow Ribbon Reintegration Program - Amendment 3

Notice Date
10/10/2018
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oklahoma, 3501 Military Circle, Oklahoma City, Oklahoma, 73111-4398
 
ZIP Code
73111-4398
 
Solicitation Number
W912L6-18-R-1020
 
Archive Date
11/24/2018
 
Point of Contact
Shalawnda Wickware, Phone: (405) 228-5330
 
E-Mail Address
shalawnda.g.wickware.civ@mail.mil
(shalawnda.g.wickware.civ@mail.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
Amendment 0001 Pricing Sheet Amendment 0001 Combined Synopsis Solicitation OKLAHOMA NATIONAL GUARD (OKNG) COMBINED SYNOPSIS/SOLICITATION FOR YELLOW RIBBON REINTEGRATION PROGRAM SOLICITATION NUMBER: W912L6-18-R-1020 SOLICITATION CLOSES: 09 November 2018 ANTICIPATED CONTRACT TYPE: FIRM FIXED PRICE CONTRACT SET-ASIDE: UNRESTRICTED SOURCE SELECTION METHOD: LOWEST PRICE TECHNICALLY ACCPTABLE BID SUBMITION: ELECTRONIC ONLY: FBO and/ or EMAIL, CONTRACTORS ARE ENCOURAGED TO EMAIL PROPOSALS: ALL EMAILED PROPOSALS WILL RECEIVE A RETURN EMAIL CONFIRMATION FOR RECIEPT OF PROPOSAL. 1.0 Combined Synopsis. This is a combined synopsis solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP). This acquisition is utilizing NAICS code 721110 Hotels (except Casino Hotels) and Motels, with the small business size standard $32,500.000. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18. A. Eligibility for Award. Offerors must have a current registration in the System for Award Management (SAM) at https://www.sam.gov as of the date of award to be eligible for award. B. Evaluation. Award shall be made on the basis of Lowest Price Technically Acceptable (LPTA) evaluation. An award will be made to the contractor who offer the lowest rate pricing. The Contractor's offer shall demonstrate that they will meet or exceed the technical requirements stated in the Performance Work Statement. Issuance of award shall be made on the basis of the competitive rates offered by a contractor that is most advantageous to the Government, the ability to service the location of the requirement, and the capability to fulfill the requirement on time and in the correct quantities ordered. C. Electronic Invoicing through Wide Area Workflow (WAWF). To meet compliance with DFARS 252.232-7003, Electronic Submission of Payment Requests, all Contractors must submit requests for payment (invoices) through WAWF. Additional information and registration for WAWF can be completed online at https://wawf.eb.mil. Payment will be made by DFAS office designated in the BPA. All payments will be made by electronic transfer of funds (EFT). The Government will make payment through WAWF upon satisfactory completion of work and the receipt of a proper certification for payment. D. Terms of Award. See attached Statement of Work. 2.0 Submission of Proposals. The Government anticipates making award without discussions. Therefore, Offeror should submit their best and final offer to include any alternate proposals. The Contractor must ensure that all components of their pricing and technical proposal are included in their submission. The Government reserves the right to make an award of BPA solely on initial proposals received. Offerors bear the burden of ensuring that proposals (and any authorized amendments and samples) reach the designated office on time and should allow a reasonable time for e-mail transmissions to be completed. All pages of the proposal must reach the office before the deadline specified in this solicitation. The Contractor bears the risk of non-receipt of mailed or electronically transmitted proposals and should confirm receipt. Late or incomplete proposals will not be considered. Offerors will need to ensure that they complete and submit the following attached documents as part of their proposals. Any offer that does not come complete with these attachments completed will be deemed as technically unacceptable and will not be considered for award: 1. Pricing Sheet (Administration Data and Base/Option Pricing) 2. Mock Scenario Pricing Sheet 3.0 Deadline for Submission of Proposals and Questions. All questions must be addressed in writing by email. Close of questions on the solicitation will be 26 October 2018 at 4:00 p.m. CST. All proposals are due NLT 09 November 2018 at 4:00 p.m. CST by email or posting on FEDBIZOPPS. Questions and proposals can be emailed to Shalawnda Wickware, Shalawnda.g.wickware.civ@mail.mil. E-mailed proposals must be in adobe acrobat (.pdf) format. Primary Point of Contact Shalawnda Wickware Contract Specialist Shalawnda.g.wickware.civ@mail.mil Phone: (405) 228-5330 Contracting Office Address: 3535 Military Circle Oklahoma City, OK 73111
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA34/W912L6-18-R-1020/listing.html)
 
Place of Performance
Address: 3501 NE Military Circle, Oklahoma City, Oklahoma, 73111, United States
Zip Code: 73111
 
Record
SN05119415-W 20181012/181010230811-b3fc28c78abb4912b0672266c844605c (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.