SOLICITATION NOTICE
S -- Yellow Ribbon Event - PWS/RFQ/WD
- Notice Date
- 10/2/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO IN P&C, 2002 SOUTH HOLT ROAD, INDIANAPOLIS, Indiana, 46241-4839, United States
- ZIP Code
- 46241-4839
- Solicitation Number
- W912L9-20-R-0001
- Archive Date
- 10/8/2019
- Point of Contact
- Brian P. Williams, Phone: 3172473300
- E-Mail Address
-
brian.p.williams52.mil@mail.mil
(brian.p.williams52.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination PWS RFQ The following is a solicitation and buy terms for W912L9-20-R-0001 Indiana NG Competition Terms and Contract Type-Attention Offerors All of the ING's buy terms apply to this solicitation. The following Combined Synopsis/Solicitation is a Request for Quote (RFQ) competed IAW FAR PART 13, Simplified Acquisition Procedures and FAR PART 12, Commercial Items. Quotes failing to meet all the terms and conditions of this solicitation; to include buy terms, line item descriptions, and attachments, may not be evaluated for award. One (1) firm-fixed price (FFP) contract will be awarded as a result of this solicitation. Any reference to the term "BID" in this solicitation is used synonymously with the word "QUOTE". Please see FAR 13.004-Legal effect of quotations. System for Award Management (SAM) Requirement Unless exempted by an addendum to this solicitation, by submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database before the close of the solicitation, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. Registration information can be found at www.sam.gov. Electronic Submission of Payments 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. Contractors shall register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) at https://www.sam.gov. Contractor training is available at the website Home Page, under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. NAICS Code and Size Standard The applicable NAICS code for this procurement is 722320. The procurement is set aside for Small Business. The Offeror shall be actively registered with that NAICS or a similar NAICS with the appropriate size standard prior to Award to be considered for any resulting contract. Failure to be properly registered under the appropriate size standard during evaluation and/or at the time of award deems the offer ineligible for award. A similar NAICS Code with the appropriate size standard other than the NAICS Code identified in this buy term may be used as a factor to determine technical capability. Offer Period Quote shall be good for 30 calendar days after close of Buy. Provision and Clauses The Federal Acquisition Regulation (FAR) and Department of Defense Federal Acquisition Regulations (DFARS) are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provisions: 52.204-7, 52.207-2, 52.212-1, 52.212-3, 52.222-22, 52.209-2, 52.223-18, 252.203-7005, 252.206-7000. Clauses: 52.204-10, 52.204-13, 52.209-10, 52.212-4, 52.212-5, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.225-13, 52.232-23, 52.232-39, 52.233-3, 52.246-4, 52.252-2, 52.252-6, 252.203-7000, 252.203-7002, 252.204-7012, 252.225-7001, 252.225-7002, 252.225-7036, 252.232-7003, 252.232-7006, 252.243-7001, 252.244-7000. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) 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 following factors shall be used to evaluate offers: (1) Technical capability of the services/items offered to meet the Government requirement; (2) Price (b) Technical acceptability will be evaluated on an Acceptable/Unacceptable basis. The government will evaluate technical acceptability first. An offeror shall obtain an acceptable rating to continue in the competition. Offerors who rate unacceptable in technical acceptability will be removed from further consideration for award. Acceptable or Unacceptable ratings are described in para (d) below. Technical acceptability shall consist of the contractor providing a technical capability statement which meets the Government's needs as described in the Performance Work Statement and this Request for Quote. A successful description will provide the government confidence that the project is structured to be executable for the resources indicated. The technical capabilities statement shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The description should not simply rephrase or restate the government's requirements but, rather, shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume that the government has no prior knowledge of their PWS and will base its evaluation on the information presented by the offeror. (c) Price will be evaluated to determine realism and reasonableness of the quoted price. Unreasonable/Unrealistic offers cannot be selected for award. (d) ACCEPTABLE: Clearly meets the minimum requirements of the PWS and RFQ. UNACCEPTABLE: Does not clearly meet the minimum requirements of the PWS and RFQ. (e) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (g) Contract Award (not applicable to Invitation for Bids)-The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Filing a Protest It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. To be timely, protests shall be filed within the periods specified in FAR 33.10. 1) All agency-level protests should be sent to the contracting officer for resolution. The response should provide detailed pricing. Refer to Pricing Schedule below as well as the attached PWS for more details. 1. Provisions and meeting space for 94 Attendees and Staff. Meeting space rooms, audio-visual (screens, audio connections, computer hookups, and microphones), and space for supporting staff and service of one meal. To ensure there is a conducive learning environment/atmosphere at the event venue to support Yellow Ribbon Program (YRRP) Training Event presentations and training, and to provide those government personnel and their Families attending the event with quality accommodations and identified support services. 2. Contract will be awarded as a firm-fixed price award. 3. Quotes shall include the following:  Company Name  Street Address  City, State, and Zip  Remittance Address  DUNS number  CAGE Code  Tax ID  Discount Terms  A technical description in sufficient detail to evaluate compliance with the requirements in the RFQ 4. The Government requires a Period of Performance on 01 November - 02 November 2019. 5. Questions regarding this solicitation should be directed to SSG Brian Williams at brian.p.williams52.mil@mail.mil or by phone at 317-247-3300 Ext. 73310.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/00c3488df762911985e99ab787dd22e6)
- Place of Performance
- Address: Monticello, Indiana, 47960, United States
- Zip Code: 47960
- Zip Code: 47960
- Record
- SN05466571-W 20191004/191002230729-00c3488df762911985e99ab787dd22e6 (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 |