Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2021 SAM #7161
SOLICITATION NOTICE

V -- Ready and Resilient Warrior Workshop

Notice Date
7/8/2021 4:29:15 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7M4 USPFO ACTIVITY HI ARNG HONOLULU HI 96816-4495 USA
 
ZIP Code
96816-4495
 
Solicitation Number
W912J621Q0030
 
Response Due
7/8/2021 5:00:00 PM
 
Archive Date
07/23/2021
 
Point of Contact
Clesson K. Paet, Phone: 8088446333, Robert Frank, Phone: 8088446331
 
E-Mail Address
clesson.k.paet.civ@mail.mil, robert.d.frank24.mil@mail.mil
(clesson.k.paet.civ@mail.mil, robert.d.frank24.mil@mail.mil)
 
Description
***Requirement has been changed from 60 rooms to 50 rooms (decreased) per scheduled workshop, 40 double occupancy & 10 single occupancy.****� Quotations are due by 5:00pm HST, today 8 Jul 2021. *****************************************************************************� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13, 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, W912J6-21- Q-0030, is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05, effective 3-10-2021 and DFARS Publication Notice 20210224. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. This procurement is being solicited as full and open competition. The NAICS code is 721110 and the small business size standard is $35 MIL. The following commercial items are requested in this solicitation. Contractor shall provide all items listed below. Contract line item numbers (CLINs) and quantities are as follows: CLIN 0001: National Guard Ready and Resilient Workshop Events (See List of Supplies needed attached) Period of Performance: Event 1 July 30 2021 - August 1 2021 Event 2 August 20 2021 - August 22 2021 ***Place of Performance:� Island of Oahu, Hawaii****� It is anticipated that a firm-fixed price purchase order will be awarded for the requested service as a result of this synopsis/solicitation. Evaluation Criteria will be based on FAR 13.106.� Award decision will is based on price.� Response must demonstrate performance and capability requirements are met in accordance with the attached list of required supplies. 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. Electronic proposals must be submitted via e-mail to Clesson Paet at clesson.k.paet.civ@mail.mil. Facsimile proposals will not be accepted. Questions regarding this solicitation may be directed to Clesson Paet at clesson.k.paet.civ@mail.mil no later than 2:00 p.m. (HST) Tuesday, 06�July 2021. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition Provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition OR Offerors shall submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services--Representation 52.212-1 Instructions to Offerors�Commercial Items 52.212-3 ALT I Offeror Representations and Certifications�Commercial Items 52.212-4 Contract Terms and Conditions�Commercial Items 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders� Commercial Items 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 of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.219-33 Non-Manufacturer Rule 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.222-19 Child Labor�Cooperation with Authorities and Remedies 52.232-36 Payment by Third Party 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.225-7000 Buy American�Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7036 Alt 1 Buy American�Free Trade Agreements--Balance of Payments Program--Alternate I 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation (DEVIATION 2021-O0003) 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea�Basic The Government intends to evaluate offers and award a contract WITHOUT discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. (FAR 52.212-1(g)). Submissions shall not exceed 10 pages, and provide the following: Vendor Name; Vendor POC; Vendor CAGE; Vendor DUNS; Contact Ph#; Fax and/or Email; Discount Terms (if applicable); and Socio-Economic status.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c2f2fc250bea4a97ad1feb8b52321295/view)
 
Place of Performance
Address: Honolulu, HI, USA
Country: USA
 
Record
SN06054957-F 20210710/210708230126 (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.