Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2019 SAM #6597
SOLICITATION NOTICE

V -- National Guard Bureau Regional Yellow Ribbon Event

Notice Date
12/20/2019 5:28:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7NG USPFO ACTIVITY MNANG 133 SAINT PAUL MN 55111-4112 USA
 
ZIP Code
55111-4112
 
Solicitation Number
W50S7E-20-Q-5001
 
Response Due
12/27/2019 1:00:00 PM
 
Archive Date
01/11/2020
 
Point of Contact
Mikkael R. Hahn, Phone: 6127132613
 
E-Mail Address
mikkael.r.hahn.mil@mail.mil
(mikkael.r.hahn.mil@mail.mil)
 
Description
Modified to change event date to 1-3 May 2020. Description: This is a combined synopsis/solicitation for the Air National Guard Regional � Yellow Ribbon event prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-01. This combined synopsis/solicitation is being advertised UNRESTRICTED and the North American Industrial Classification Standard 721110 applies to this solicitation; business size standard is $32.5M.� This award is subject to the Service Contract Act, https://beta.SAM.gov.�� Funds are not presently available for this acquisition.� No contract award will be made until appropriated funds are made available. The Minnesota Air National Guard has plans to issue a firm-fixed price order for the following: The location for the event is Metro Area of the Twin Cities, Minnesota or locations within 15 minutes of Minneapolis International Airport. The Government is anticipating Approximately 750 Attendees. Attendees will arrive on Friday and register at the event location that day. Attendees will depart on Sunday by noon. Core Staff will arrive the Wednesday before the event, and the advance party members will arrive on Thursday. Core Staff will depart on Sunday or Monday, most other support staff and attendees will depart on Sunday with a small group possibly departing Monday. See Performance Work Statement for details. ATTACHMENTS ARE UPLOADED IN FBO WITH THIS SOLICITATION ****Quotation instructions**** Evaluation: The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated on best value using price, location, ability to meet the requirements of the Performance Work Statement and past performance (see 52.212-2 provision). All solicitation specifications are not absolute and the 133AW will consider innovative solutions to this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Quote Instructions: Multiple solutions to the requirement should be offered as alternative quotes and will be evaluated as separate offers. Multiple solutions are encouraged. Innovative solutions are encouraged and will be evaluated in accordance with the intent of this requirement. Standing quotes may be considered as responsive if in the best interest of the government. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to https://beta.sam.gov/ to register prior to submitting quote. Quotes are due in this office no later than 27 December 2019 @ 3:00 PM (CST).� Offeror MUST provide Tax ID and CAGE Code and DUNN's# with proposal.� All questions and quotes must be directed to the 133AW Contracting Officer/Contract Specialist via email at mikkael.r.hahn.mil@mail.mil. Questions asked within 5 days of solicitation close will be answered at the discretion of the Contracting Officer. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer�s discretion. Please return the Excel RFP and attach a menu with your proposal Electronic Documents: All electronic documents must NOT be �secured�, �locked�, or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. ****Clauses and Provisions**** FAR 52.204-7 SYTEM FOR AWARD MANAGEMENT (OCT 2016) FAR 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2017) FAR 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2016) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) FAR 52.204-22 ALTERNATE LINE ITEM PROPOSAL (JAN 2017) FAR 52.204-23 PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES (JUL 2018) FAR 52.209-6 PROTECTING THE GOVERNMENT�S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) FAR 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2015) FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JAN 2017) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS -- ALTERNATE I (OCT 2014) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JAN 2017) FAR 52.212-5 (Deviation) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2017) FAR 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014 FAR 52.219-4-ALTERNATE I (CD 2019-0003) NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS. FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) FAR 52.222-3 CONVICT LABOR (JUNE 2003) FAR 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) FAR 52.222-26 EQUAL OPPORTUNITY (SEP 2016) FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (FEB 2016) FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015) FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS (OCT 2015) FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984) FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) (29 U.S.C. 793) FAR 52.222-41 SERVICE CONTRACT LABOR STANDARDS.-AUG 2018 FAR 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES-MAY 2018 FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (JAN 2019) (22 U.S.C. CHAPTER 78 AND E.O. 13627) FAR 52.222-55 MINIMUM WAGES UNDER EXECUTIVE ORDER 13658.-DEC 2015 FAR 52.222-62 PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706-JAN 2017 FAR 52.232-29 TERMS FOR FINANCING OF PURCHASES OF COMMERCIAL ITEMS (FEB 2002) FAR 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER�SYSTEM FOR AWARD MANAGEMENT (OCT 2018) FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) FAR 52.233-1 DISPUTS (MAY 2014) FAR 52.233-3 PROTEST AFTER AWARD (AUG 1996) FAR 52.237-1 SITE VISIT (APR 1984) DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) DFARS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) DFARS 252.204-7009 LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR REPORTED CYBER INCIDENT INFORMATION (OCT 2016) DFARS 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) DFARS 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) DFARS 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016) DFARS 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) DFARS 252.225-7031 SECONDARY ARAB BOYCOTT OF ISREAL (JUN 2005) DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013) DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) DFARS 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL-JUN 2013 DFARS 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 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: Best value using price, location, ability to meet the requirements of the Performance Work Statement and past performance 1. Guest Lodging - Vendor will provide a block of 750 (375 per night). a. Guests will check in on Friday, 1 May 2020 and check out Sunday, 3 May 2020. 2. Core Staff/Advanced Party Lodging - Vendor will provide a block of 10 Core Staff rooms x 5 nights (50 total rooms) requesting pre-diem rate, and 25 Advanced Party Staff rooms x 3 Night (75 total rooms) These rooms will be paid separately, not on contract. a. Wednesday, 29 April and check out Monday, 4 May 2020 (Core Staff) b. Thursday, 30 April and check out Monday, 4 May 2020 (Advance Party Staff) c. All guest rooms designated for Yellow Ribbon Participants will neither be included in the final quote nor will it be considered a contingent of award consideration, but is desired for the convenience of travelers. Rooms will be paid outside of the contract by individual guests. 3. Conference Rooms - Vendor will provide conference/meeting/childcare rooms total for the event (1 General Sessions to accommodate 750 people), (See PWS for more details along with excel spreadsheet titaled Meeting Rooms Staging Request) a. General Session maybe used for dining area for lunch b. Please read ALL AV REQUIREMENTS 4. Lobby Area for Vendors - Vendor will provide lobby area for event registration and vendor display for 15 vendors. a. 40 (2) 6ft or 8 ft registration tables; one (1) 6ft or 8ft table per vendor; two (2) chairs per table; and complimentary water station. b. Designated vendor area will be located in close proximity to the General Sessions room. c. Wireless internet capability is required to efficiently accommodate no less than 15 computers 5. Meals - Breakfast, Lunch and Snacks will be included, please refer to the PWS. 6. Security Requirements - Vendor will be required to complete National Agency Check (NAC) SF85P. Obtain any clearances that are required to conduct duties for MN-ANG. a. Vendor will lock all conference rooms nightly when not in use. 7. Audio Visual - See PWS for details �(c) 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 (End of provision) 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS--REPRESENTATION (JAN 2017) (a) Definition. As used in this provision-- Internal confidentiality agreement or statement, subcontract, and subcontractor, are defined in the clause at 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (b) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions), Government agencies are not permitted to use funds appropriated (or otherwise made available) for contracts with an entity that requires employees or subcontractors of such entity seeking to report waste, fraud, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (c) The prohibition in paragraph (b) of this provision does not contravene requirements applicable to Standard Form 312, (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d) Representation. By submission of its offer, the Offeror represents that it will not require its employees or subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the performance of a Government contract to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (e.g., agency Office of the Inspector General). (End of provision) 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): https://acquisition.gov� (End of clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6bbc6d0ecbc54a4cb8baac770bcc2eb2/view)
 
Place of Performance
Address: Minneapolis, MN 55401, USA
Zip Code: 55401
Country: USA
 
Record
SN05522475-F 20191222/191220230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.