Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2020 SAM #6665
SOLICITATION NOTICE

89 -- Event Space, meals Lodging: Fort Indiantown Gap, Vicinity

Notice Date
2/26/2020 7:08:36 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7NX USPFO ACTIVITY PA ARNG ANNVILLE PA 17003-5002 USA
 
ZIP Code
17003-5002
 
Solicitation Number
11428289
 
Response Due
3/4/2020 8:59:59 PM
 
Archive Date
08/31/2020
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
AMENDMENT NOTICE: 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. The solicitation number is 11428289 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $32.50M. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-03-04 11:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The National Guard - Pennsylvania requires the following items, Meet or Exceed, to the following: LI 001: Lodging: 45 rooms (2 nights per room) in accordance with attached document ""Performance Work Statement-Volunteer Workshop"" Dates: 27-29 March 2020, 90, EA; LI 002: Breakfast (60 per day X 2) in accordance with attached document ""Performance Work Statement-Volunteer Workshop"" Dates: 27-29 March 2020, 120, EA; LI 003: Lunch (60 per day X 2) in accordance with attached document ""Performance Work Statement-Volunteer Workshop"" Dates: 27-29 March 2020, 120, EA; LI 004: Dinner (60 per day X 2) in accordance with attached document ""Performance Work Statement-Volunteer Workshop"" Dates: 27-29 March 2020, 120, EA; LI 005: Beverages in accordance with attached document ""Performance Work Statement-Volunteer Workshop"" Dates: 27-29 March 2020, 1, EA; LI 006: AV support in accordance with attached document ""Performance Work Statement-Volunteer Workshop"" Dates: 27-29 March 2020, 1, EA; LI 007: Meeting Space Breakfast in accordance with attached document ""Performance Work Statement-Volunteer Workshop"" Dates: 27-29 March 2020, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Guard - Pennsylvania intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Guard - Pennsylvania is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 15 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 52.203-3; 52.203-6;52.232-39; 52.204-10; 52.209-6; 52.219-4; 52.219-8; 52.223-18; 52.232-33, 52.233-3,4; 52.237-2; 52.209-6; 52.237-3; 52.246-25 All clauses can be found in their entirety at http://farsite.hill.af.mil 252.203-7000; 252.203-7003; 252.232-7010; 252.237-7010; 252.252-2; 252.209-7993; 252.203-7001; 252.204-7003; 252.209-7004; 252.232-7006; 252.243-7001; 252.243-7002; WIDE AREA WORKFLOW STATEMENT (FEB 2006) IAW 252.232-7003, all invoices must be submitted via WAWF. It is mandatory that you use this E-Invoicing system to ensure timely payment of your invoice. WAWF is a web-based tool for the processing of invoices/receiving reports. This will bring about major changes in the amount of time it takes to process these documents making payment much faster. The web site for this system is https://wawf.eb.mil. There are no charges to use WAWF. This is a competitive acquisition utilizing simplified acquisition procedures. For quotations determined technically acceptable and the vendor has an acceptable or neutral past performance, a selection will be made based on price and plan submitted based upon attached purchase description document. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Each offeror's quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. Documentation is required detailing what the offeror is proposing to provide, how the offeror intends to provide and where it will be provided to meet the government's identified requirement. Award will be made to the offeror with the lowest price and capable of fulfilling requirements in full as identified on CLINs 1-7 and in the attached performance work statement document. Prospective vendors shall include documentation with a clear breakdown of services to be provided and venue location clearly identified in accordance with the PWS to be considered for award. VENUE MUST BE RATED AT MINIMUM 3 DIAMONDS BY AAA INSPECTORS AND CURRENTLY POSSESS THIS RANKING. WEBSITE FOR VERIFICATION WILL BE https://travel.calstate.aaa.com/hotel.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8e04767cd6864160818fa9a8fb429844/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN05573423-F 20200228/200226230258 (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.