Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2020 SAM #6748
SOLICITATION NOTICE

V -- Venue for Regional Yellow Ribbon Event

Notice Date
5/19/2020 10:27:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7N5 USPFO ACTIVITY VAANG 192 LANGLEY AFB VA 23665-2207 USA
 
ZIP Code
23665-2207
 
Solicitation Number
W50S9B20Q0002
 
Response Due
5/26/2020 1:30:00 PM
 
Archive Date
06/10/2020
 
Point of Contact
R. Frank Hartzell, Phone: 7572251794, Roger F. Hartzell, Phone: 7572251794
 
E-Mail Address
roger.hartzell.1@us.af.mil, roger.f.hartzell.mil@mail.mil
(roger.hartzell.1@us.af.mil, roger.f.hartzell.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
***Amendment 01 - The purpose of this amendment is to incorporate Questions and Answers dated 19 May 2020.� End�of Amendment 01*** This is a combined synopsis/solicitation for the Air National Guard Regional Yellow Ribbon Event prepared in accordance with the format in FAR Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being solicited and this is the written solicitation. Solicitation number W50S9B-20-Q-0002 is hereby issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06 effective 6 May 2020. This requirement is being advertised as a Total Small Business Set-Aside with a North American size standard of $35M, Industry Classification System (NAICS) Code 721110. All responsible sources may submit an offer, which will be considered by this Agency. This award is subject to Service Contract Labor Standards, https://beta.sam.gov/cm/faqs/detail?id=88. The location for the event shall be within 50 miles (measured in a straight line) of any of the following airports:� Richmond International Airport, Newport News/Williamsburg international Airport, or Norfolk International Airport. Quotes are due in this office no later than 26 May 2020 @ 4:30 PM (EST). The quote should be emailed to SMSgt R. Frank Hartzell at roger.f.hartzell.mil@mail.mil and roger.hartzell.1@us.af.mil. �Point of Contact (POC) referencing this solicitation is SMSgt R. Frank Hartzell. All information and requirements are listed in the Performance Work Statement. Evaluation factors for this award are based on Best Value. Offeror MUST provide Tax ID and CAGE Code and DUNN's# with proposal. Offeror must be certified in www.SAM.gov. This will be a determining factor in the award process if the offeror is not current in their certification. (ORCA is located at SAM) https://www.sam.gov/portal/public/SAM/. THIS SOLICIATION WILL CLOSE 26 MAY 2020, at 4:30 PM EST. QUESTIONS SHOULD BE SUBMITTED NO LATER THAN 21 MAY 2020, at 3:30 PM EST. Yellow Ribbon Reintegration Program is a Department of Defense mandated initiative designed to provide information, services, referrals, and proactive outreach programs to Air National Guard members and their families through all phases of the deployment cycle. The core mission of the program is to prepare and sustain Airmen and their families before and after mobilization Yellow Ribbon events are conducted in an offsite format in order to maximize training effectiveness. This year the Virginia Air National Guard is anticipated to host a regional Yellow Ribbon event.� Your company is invited to compete for a partnership/contract with the Virginia Air National Guard for this anticipated effort (August 12 � 17, 2020). Attachments:� 1) Performance Work Statement, dated 6 May 2020, 23 pages;��� �2) Price Schedule The following provisions (P) and clauses (C) are applicable to this solicitation: Incorporated in full text: P- Addendum to 52.212-1, Instructions to Offerors�Commercial Items: At a minimum, the vendor must submit the following: Price schedule - Submit a completed copy of Attachment 2, Prices Schedule, which asserts the company will provide the supplies and services to the minimum standards indicated in this solicitation and associated Performance Work Statement (PWS). Childcare Security Process � which describes internal processes to comply with PWS paragraph 5.3.9 Sample Meal Plan � which describes the type of contractor provided meals as required by the PWS, Annex A.� The sample meal plan is not required to specify the actual meals to be provided; however, meals provided shall be comparable to meals described in the sample meal plan. Conference Space Literature/Depiction � which provides a brief description of the contractor provided space to include, square footage, max capacity limits and picture(s) and/or illustrations of the space. Sleeping Room Literature/Depiction � which provides a brief description of the contractor provided sleeping rooms to include, square footage, in-room conveniences, and picture(s) and/or illustrations of the space. Surrounding Area Literature � which provides a brief description of nearby eateries and attractions with available transportation options to and from establishments. P- 52.212-2, Evaluation�Commercial Items:� BEST VALUE Evaluation � Award will be made on a best value basis. In addition to price, when determining best value, the Government will consider meal plans, conference space, sleeping rooms, and accessibility to local eateries and attractions.� This method allows the government flexibility to pay a higher price in order to obtain the overall best value. The Government will award a firm-fixed priced contract.� Only one award will be made, unless it is in the best interest of the Government to issue multiple awards. The following clauses (C) and provisions (P) are applicable to this acquisition: P- 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation P- 52.204-7, System for Award Management P- 52.204-16, Commercial and Government Entity Code Reporting C- 52.204-18, Commercial and Government Entity Code Maintenance P- 52.204-22, Alternative Line Item Proposal P- 52.204-26, Covered Telecommunications Equipment or Services-Representation P- 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law P- 52.212-1, Instructions to Offerors-Commercial Items P- 52.212-3 Alt. I, Offeror Representations and Certifications--Commercial Items--Alternate I C- 52.212-4, Contract Terms and Conditions-Commercial Items C- 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items *clauses with asterisk are included within 52.212-5 by reference * 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements * 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities * 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment * 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations * 52.219-6, Notice of Total Small Business Set-Aside * 52.222-41, Service Contract Labor Standards * 52.222-42, Statement of Equivalent Rates for Federal Hires * 52.233-3, Protest After Award * 52.233-4, Applicable Law for Breach of Contract Claim P- 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation C- 52.232-40, Providing Accelerated Payments to Small Business Subcontractors P- 52.252-1, Solicitation Provisions Incorporated by Reference (FILLIN: http://farsite.hill.af.mil) C-52.252-2, Clauses Incorporated by Reference (FILLIN: http://farsite.hill.af.mil) P- 52.252-5, Authorized Deviations in Provisions C-52.252-6, Authorized Deviations in Clauses (FILLIN: DFARS Vol II) C- 252.201-7000, Contracting Officer�s Representative C- 252.203-7000, Requirements Relating to Compensation of Former DoD Officials C- 252.203-7002, Requirement to Inform Employees of Whistleblower Rights C- 252.204-7003, Control of Government Personnel Work Product C- 252.204-7006, Billing Instructions P- 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls C- 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting C- 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support C- 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism C- 252.223-7008, Prohibition of Hexavalent Chromium C- 252.225-7001, Buy American and Balance of Payments Program C- 252.225-7002, Qualifying Country Sources as Subcontractor C- 252.225-7048, Export-Controlled Items C- 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports C- 252.232-7010, Levies on Contract Payments C- 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel C- 252.243-7001, Pricing of Contract Modifications C- 252.244-7000, Subcontracts for Commercial Items C- 252.247-7043, Transportation of Supplies by Sea C- 252.211-7003, Item Unique Identification and Valuation C- 252.232-7006, Wide Area Work Flow Payment Instructions Notice to Offerors (a)� In compliance with Class Deviation 2012-O0015, the following do not apply to this acquisition: (1)� 52.212-1, paragraph (k). (2)� 52.212-4, paragraph (t). (3)� 52.212-3--Alternate I, introductory paragraph and paragraph (b).� (b)� Offerors are required to complete 52.212-3--Alternate I, paragraphs (c) through (o). (c)� Deviation clause 52.204-99, System for Award Management Registration, is required and is added/included by addendum.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7997ee08dbca465c921bb4d092f44903/view)
 
Place of Performance
Address: VA, USA
Country: USA
 
Record
SN05662506-F 20200521/200519230152 (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.