SOLICITATION NOTICE
X -- 1-113 CAV Des Moines, Iowa Yellow Ribbon Event 15-16 Aug 2020
- Notice Date
- 4/15/2020 5:53:46 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- W7M8 USPFO ACTIVITY IA ARNG JOHNSTON IA 50131-1824 USA
- ZIP Code
- 50131-1824
- Solicitation Number
- W912LP-20-Q-4512
- Response Due
- 4/20/2020 9:00:00 AM
- Archive Date
- 05/05/2020
- Point of Contact
- Kelsey Letcher, Phone: 5152524508, Tracy C. Miller, Phone: 5152524616
- E-Mail Address
-
kelsey.l.letcher.civ@mail.mil, tracy.c.miller11.mil@mail.mil
(kelsey.l.letcher.civ@mail.mil, tracy.c.miller11.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Iowa Army National Guard 1-113 CAV Yellow Ribbon Event Des Moines, Iowa Area 15-16 August 2020 This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued.� This solicitation, W912LP-20-Q-4512, is being issued as a Request for Proposal (RFP).� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05, effective 30 Mar 2020.� This procurement is 100% small business set a side.� The NAICS code is 721110 and the small business size standard is $32.5 million. Basis for award is Price. The following commercial services are requested in this solicitation: Contractor shall provide lodging rooms, meeting spaces, and meals in accordance with Attachment #1 Performance Work Statement (PWS). Period of Performance: 15-16 August 2020. Contract line item numbers (CLINs) and quantities are as follows: CLIN 0001: Sleeping Rooms/Lodging, Quantity/Unit of Issue: 26 Job (Job = room night) CLIN 0002: Registration Area, Quantity/Unit of Issue: 1 Job* CLIN 0003: Resource Area, Quantity/Unit of Issue: 1 Job CLIN 0004: General Session Room, Quantity/Unit of Issue: 1 Job CLIN 0005: Breakout Rooms, Quantity/Unit of Issue: 2 Job CLIN 0006: Child & Youth Room, Quantity/Unit of Issue: 1 Job CLIN 0007: Childcare Room, Quantity/Unit of Issue: 1 Job CLIN 0008: All day Coffee Replenishment: 1 Job (Job = all day coffee replenishment on 16 Aug) CLIN 0009: Breakfast, Quantity/Unit of Issue: 310 Jobs (Job = meal) CLIN 0010: Lunch, Quantity/Unit of Issue: 270 Job CLIN 0011: Children�s Lunch, Quantity/Unit of Issue: 40 Job CLIN 0012: Parking passes (if applicable), Quantity/Unit of Issue: 251 Job CLIN 0013: Contractor Manpower Reporting (CMR), Quantity/Unit of Issue: 1 Job *Unless already noted, Unit of Issue �Job� = Each Lodging prices shall be firm fixed price (FFP) and inclusive of room rental and applicable service fees. All Meeting room space shall be FFP and inclusive of room rental, audiovisual equipment and applicable service fees. The contractor shall clearly identify whether the required audiovisual equipment for the General Session Room and Breakout Rooms is included in the quoted price or if it is not quoted. Meal prices shall be FFP and inclusive of food, beverages, and service fees required to provide the meals as described in the PWS. The government is exempt from Iowa Sales Tax and Hotel/Motel Taxes. The following provisions are incorporated into this solicitation by reference: FAR 52.212-1 (DEV), Instructions to Offerors � Commercial Items DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls The following clauses are incorporated into this solicitation by reference: FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.212-4, Contract Terms and Conditions � Commercial Items FAR 52.219-6 (DEV 2019-O0003), Notice of Total Small Business Set-Aside FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text.� The full text is found in Attachment #2. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation FAR 52.212-3, ��Offeror Representations and Certifications - Commercial Items, Alternate I FAR 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials The following clauses are incorporated by full text.� The full text is found in Attachment #2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Service Contract Labor Standards (formerly Service Contract Act) does not apply to this acquisition. Submission Requirements: The contractor shall complete and submit Attachment #3, Contractor Information and Pricing Schedule as their official quotation. If the contractor submits a separate quote, Attachment #3 shall still be completed and submitted with it. Questions regarding this solicitation may be submitted to Ms. Kelsey Letcher, Contract Specialist, to the email address provided below. Questions shall be submitted no later than 11:00 a.m. local (central) time on 10 Apr 2020. Questions and Answers (Q&A) will be consolidated and posted to Contracting Opportunities on a non-attribution basis. The final Q&A will be posted no later than 3:00 p.m. on 15 Apr 2020. Quotes are due by 11:00 a.m. local (central) time on 20 Apr 2020. Electronic quotes are preferred, and may be submitted via email to Ms. Kelsey Letcher, kelsey.l.letcher.civ@mail.mil. Hard copy quotes may be mailed to USPFO for Iowa, Purchasing and Contracting (P&C), Camp Dodge, ATTN: Ms. Kelsey Letcher, 7105 NW 70th Avenue, Bldg 3475, Johnston, Iowa, 50131-1824, using a trackable delivery method. Facsimile proposals will not be accepted.� Regardless of how proposals are sent, the contractor is responsible for ensuring that they are received in the USPFO P&C Office by the due date/time. Attachments: #1 � Performance Work Statement (PWS) #2 � Full Text Provisions and Clauses #3 � Contractor Information and Pricing Schedule
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0ee51e97171441a08866a8b52a969766/view)
- Place of Performance
- Address: Des Moines, IA, USA
- Country: USA
- Country: USA
- Record
- SN05621912-F 20200417/200415230156 (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 |