Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2024 SAM #8248
MODIFICATION

G -- Iowa National Guard 2024 State Child and Youth Symposium

Notice Date
6/25/2024 1:47:28 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721214 — Recreational and Vacation Camps (except Campgrounds)
 
Contracting Office
W7M8 USPFO ACTIVITY IA ARNG JOHNSTON IA 50131-1824 USA
 
ZIP Code
50131-1824
 
Solicitation Number
W912LP-24-Q-2008
 
Response Due
7/2/2024 8:00:00 AM
 
Archive Date
07/17/2024
 
Point of Contact
Kelsey Letcher, Phone: 5152524508, Tracy C Canada, Phone: 5152524616, Fax: 5152524617
 
E-Mail Address
kelsey.l.letcher.civ@army.mil, tracy.canada@us.army.mil
(kelsey.l.letcher.civ@army.mil, tracy.canada@us.army.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services,� as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05, dated 22 May 2024. The associated North American Industrial Classification System (NAICS) code for this procurement is 721214, with a small business size standard of $9 million. Basis for award is Price. The Government intends to award a firm-fixed price purchase order to the vendor whose quote, conforming to the requirements of this solicitation, represents the lowest priced proposal meeting the minimum specifications identified in the Performance Work Statement (PWS) (Attachment 1). The Government intends to make a single award in response to this solicitation. The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in paragraph 3.0 as Government furnished identified in the Performance Work Statement (PWS). The contractor shall provide lodging, meeting space, meals and programmed activities accommodations in an overnight camp setting for a State Youth Symposium (Camp), in accordance with the attached PWS.� Contract line item numbers (CLINS) and quantities are as follows: CLIN 0001: Youth Camper, firm-fixed price per attendee; pricing to include all lodging, meeting space, meals and activities, Quantity/Unit of Issue: 85/ Each The FAR and DFARS provisions and clauses listed in Attachment 3 are hereby incorporated into this solicitation and/or the resultant purchase order. Note: The full text of all provisions and clauses can be viewed at www.acquisition.gov. Submission Requirements: The offeror may submit quotations on company letterhead or quotation form. Quotations must include the following information: 1) A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: (A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB ���� Program; or (E) Historically underutilized business zone small business. 2) Attachment #2, Contractor Information and Pricing Table; 3) Date(s) of availability for the camp (in order of preference if more than one date range is provided); 4) Camp brochure or narrative description of the camp, to include lodging facilities, dining facilities, community areas, and activities/programming that will be offered to camp attendees; 5) Proposed menus for all meals. 6) This is an open-market combined synopsis/solicitation for services as defined herein.��The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Offerors shall complete annual representations and certifications online in the System for Award Management in accordance with FAR 52.212-3, �Offeror Representations and Certifications�Commercial Products and Commercial Services.� If paragraph (b)(2) of the provision is applicable, a written submission is required. Questions regarding this solicitation shall be submitted via email to kelsey.l.letcher.civ@army.mil and tracy.c.miller11.civ@army.mil. Questions will not be accepted by phone. Questions and answers will be consolidated into a single Q&A document and posted to Contract Opportunities on www.sam.gov on a non-attribution basis. Offerors shall monitor the website for the most current Q&A documents and amendments to the solicitation. Quotations are due at 10:00 a.m. central (local) on 2 Jul 2024.� Quotations shall be submitted via email to Kelsey Letcher, kelsey.l.letcher.civ@army.mil and tracy.c.miller11.civ@army.mil. ��The contractor is responsible for ensuring quotes are submitted by the due date and time indicated. Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(f). Attachment 1 � Performance Work Statement Attachment 2 � Contractor Information Table Attachment 3 � Provisions and Clauses
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7cf7082343e5429bb6f3e28cc3c8814d/view)
 
Place of Performance
Address: IA, USA
Country: USA
 
Record
SN07106545-F 20240627/240625230112 (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.