Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

V -- camp lodging

Notice Date
2/27/2020 12:55:41 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721199 — All Other Traveler Accommodation
 
Contracting Office
W7N6 USPFO ACTIVITY WA ARNG TACOMA WA 98430-5170 USA
 
ZIP Code
98430-5170
 
Solicitation Number
FY20-0005
 
Response Due
3/5/2020 9:00:00 AM
 
Archive Date
03/20/2020
 
Point of Contact
Fredesvin Quintana, Phone: 2535128885
 
E-Mail Address
fredesvin.quintana.civ@mail.mil
(fredesvin.quintana.civ@mail.mil)
 
Description
REQUEST FOR QUOTE: LODGING � Solicitation Number: FY20-0005 � Due: 4 MARCH 2020, 12:00pm (Eastern Standard Time). This RFQ is for a Firm Fixed Price contract AND is UNRESTRICTED. The Government intends to award a contract to a qualified Small Business offeror deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quote conforms to all the RFQ�s requirements and is judged to represent the best value to the Government in accordance with the evaluation scheme set forth in this RFQ. Evaluation will be based upon the Lowest Price Technically Acceptable (LPTA) and delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non- responsive. In no event shall any understanding or agreement between the offeror and any Government employee other than the Contracting Officer on any contract, modification, change order, letter, or verbal direction to the offeror be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The offeror is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the offeror�s responsibility to make inquiry of the Contracting Officer before deviating from the written terms of the contract. Payments or partial payments will not be made without prior authorization by an appointed Contracting Officer with the legal authority to bind the Government. The North American Industry Classification System (NAICS) code for this acquisition is 721110. Government point of contact: Please send your questions and quotes to Fred Quintana at fredesvin.quintana.civ@mail.mil Clarifying questions and requests for information will not be fielded via telephone. Any changes must be coordinated through the Government point of contact and approved in writing by the Contracting Officer. This requirement is for: CAMP LODGING, MEALS AND EVENT SPACE 15 to 21 August 2020 per attached statement of work. Camp will be in any of the following, Pierce, King, Kitsap, Snohomish, or Thurston County in Washington. Camp will host only our group during the event time period and must be accredited. SEE ATTACHED STATEMENT OF WORK. CLIN 0001 lodging, meals and event space � Lodging 160ea X 7 days per SOW _________________Total � Meals 160ea per SOW Day 1 � L/D for 50 Day 2 � B/L for 50 and D for 160 Day 3 � B/L/Snack/D for 160 Day 4 � B/L/Snack/D for 160 Day 5 � B/L/Snack/D for 160 Day 6 � B for 160 ______________Total � Event space per SOW ____________________Total � Vendor must quote �all or nothing� and must have an active registration in System for Award Management (SAM) prior to award. Negative responses are requested. Include answers to the following questions in your response: Are you considered a small business? Are you registered in SAM? What is your CAGE code? What is your DUNS Number? What is your Tax ID Number? Will you accept payment by credit card? � Important information: Any FAR references can be found in full text at https://www.acquisition.gov/ Company information must be registered in SAM (see www.SAM.gov ) � The following clauses and provisions apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-3 Offerors Representations and Certifications - Commercial Items ALT I; 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, with the following applicable clauses in paragraph (b): FAR 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government;� FAR 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; �FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer � Central Contractor Registration; FAR 52.232-36 Payment by Third Party; FAR 52.222-41 -- Service Contract Act of 1965, as Amended. � FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.224-1 Privacy Act Notification; FAR 52.224-2 Privacy Act; FAR 52.237-7, Indemnification and Medical Liability Insurance (*At least the minimum amounts required in the State of Florida); FAR 52.246-4, Inspection of Services -- Fixed-Price; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil). (This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as is they were given in full text); FAR 52.252-5 Authorized Deviations in Provisions; DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items; DFARS 252.204-7004 Required Central Contractor Registration Alternate A; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes and Executive Orders�Commercial Items, with the following clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; � 252.232-7010 Levies on Contract Payments; 252.247-7024 Notification of Transportation of Supplies by Sea Note: The full text of a clause/provision may be accessed electronically at: http://farsite.hill.af.mil.� Notice:� Contractor performance may be evaluated in accordance with policy at FAR 42.1502. Notice for Service Contract Act:� Applicable SCA Wage Determination applies.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/14c5eeaa048b4983bc6caaa7b248a555/view)
 
Place of Performance
Address: Camp Murray, WA 98430, USA
Zip Code: 98430
Country: USA
 
Record
SN05574349-F 20200229/200227230140 (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  © 1994-2020, Loren Data Corp.