Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2024 SAM #8268
SOLICITATION NOTICE

36 -- Louisiana Army National Guard Yellow Ribbon

Notice Date
7/15/2024 9:20:08 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721120 — Casino Hotels
 
Contracting Office
W7NB USPFO ACTIVITY LA ARNG PINEVILLE LA 71360-0000 USA
 
ZIP Code
71360-0000
 
Solicitation Number
W912NR-24-R-0019
 
Response Due
7/16/2024 8:00:00 AM
 
Archive Date
07/31/2024
 
Point of Contact
TIFFANY FORD, Phone: 3182905584, Crystal Lynn Stiles, Phone: 3182905933, Fax: 13182905886
 
E-Mail Address
tiffany.l.ford10.mil@army.mil, crystal.l.stiles2.civ@army.mil
(tiffany.l.ford10.mil@army.mil, crystal.l.stiles2.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*******Amending to add a CLIN for gratuities/insurance. *****THIS AMENDMENT IS TO CLARIFY THAT DATES HAVE BEEN CHANGED TO JULY 27-28 2024 & THIS SOLICITATION HAS BEEN EXTENDED TO JULY 16 2024 AT 10AM CST*** ****IT HAS NOW BEEN OPENED UP TO CASINO HOTELS. THE GOVERNMENT IS ANTICIPATING 2 AWARDS FOR LODGING AND MEETING SPACE***** This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation of Acquisition for Commercial Items, as supplemented with additional information included in the notice and attachments. This announcement constitutes the only solicitation; proposal are being requested and a written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2024-04 Effective on May 1, 2024. Provisions and clauses incorporated by reference has the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://acquisition.gov. The solicitation W912NR-24-R-0019 is issued as a Request for Proposal. This procurement is solicited as a total small business setaside. The NAICS code for this acquisition is 721120 � Hotels (except Casino Hotels) and Motels. This solicitation is for a firm fixed price contract and the basis of evaluation is lowest price technically acceptable. Offer must include proof of adherence to provided specifications (offers will be checked for technical acceptableness based on equirements) and have a satisfactory past performance with Government contracts. The contractor shall return the completed provision (52.204-24) and return with offer. The Louisiana National Guard (LANG) Office of Family Programs (OFP) is seeking a facility to provide 116 sleeping rooms, and conference space, parking, catering, and dining accommodations for approximately 495 participants (i.e., service members, youth, family readiness volunteers, and event staff) on Saturday 27 July � Sunday 28 July 2024 in the Shreveport, LA area. SEE PERFORMANCE WORKS STATEMENT. This is an all or none award. The government reserves the right to cancel the contract in its entirety or parts of the requirment within a 7 day notice. TIMELINE 11-July 2024- Combined Synopsis/Solicitation posted. 16-July 2024 Solicitation closes 10:00 am cst. LOCATION See PERFORMANCE WORK STATEMENT Bidding Format- See PWS for details and menu DESCRIPTION QTY UNIT OF ISSUE (EACH) TOTAL 0001������ Meeting Space �������������������������������������������������1�������� EA���������� __________����� ___________ 0002������ Catered Lunch Meals� � � � � � � � � � � � � � � � � � � 495�������� EA���������� __________����� ___________ 0003������ Lodging� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 116������� EA���������� __________����� ___________ 0004������ Light Refreshments�������������������������������� ��������495������� EA���������� __________����� ___________ The following FAR/DFAR clauses and provisions are applicable to this acquisition: 52.202-1 Definitions JAN 2012 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures OCT 2010 52.204-7 System for Award Management JUL 2013 52.204-10 Reporting Executive Compensation 52.204-13 System for Award Management Maintenance JUL 2013 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.216-24 Limitation of Government Liability APR 1984 52.216-25 Contract Definitization OCT 2010 52.219-1 Small Business Program Representations 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications DEC 2012 52.232-1 Payments APR 1984 52.232-18 Availability if Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer-System for Award Management JUL 2013 52.233-1 Disputes JUL 2002 52.233-2 Service Of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.232-39 Unenforceability of Unauthorized Obligations 52.243-1 Changes--Fixed Price AUG 1987 52.245-1 Government Property 52.252-2 Clauses Incorporated By Reference FEB 1998 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 Executive Order 13514: Federal Leadership in Environmental, Energy, and Economic Performance (OCT 2009) 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) Use the following clause in lieu of the Federal Acquisition Regulation (FAR) clause 52.219-14, as prescribed at FAR 19.507(e): LIMITATIONS ON SUBCONTRACTING (FEB 2023) (DEVIATION 2021-O0008) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Definition. Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that� (1) Has the same small business program status as that which qualified the prime� contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and (2) Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract. (c) Applicability. This clause applies only to� (1) Contracts that have been set aside for any of the small business concerns identified in 19.000(a)(3); (2) Part or parts of a multiple-award contract that have been set aside for any of the small business concerns identified in 19.000(a)(3); (3) Contracts that have been awarded on a sole-source basis in accordance with subparts 19.8, 19.13, 19.14, and 19.15; (4) Orders expected to exceed the simplified acquisition threshold and that are� (i) Set aside for small business concerns under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or (ii) Issued directly to small business concerns under multiple-award contracts as described in 19.504(c)(1)(ii); (5) Orders, regardless of dollar value, that are� (i) Set aside in accordance with subparts 19.8, 19.13, 19.14, or 19.15 under multipleaward contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or (ii) Issued directly to concerns that qualify for the programs described in subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 19.504(c)(1)(ii); and (6) Contracts using the HUBZone price evaluation preference to award to a HUBZone small business concern unless the concern waived the evaluation preference. Attachment Class Deviation 2021-O0008, Revision 1 Limitations on Subcontracting for Small Business Changes are indicated by a change bar in the right-hand margin. (d) Independent contractors. An independent contractor shall be considered a subcontractor. (e) Limitations on subcontracting. By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for� (1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding certain other direct costs and certain work performed outside the United States (see paragraph (e)(1)(i)), to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. The following services may be excluded from the 50 percent limitation: (i) Other direct costs, to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service. Examples include airline travel, work performed by a transportation or disposal entity under a contract assigned the environmental remediation NAICS code 562910), cloud computing services, or mass media purchases. (ii) Work performed outside the United States on awards made pursuant to the Foreign Assistance Act of 1961, or work performed outside the United States required to be performed by a local contractor. (2) Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract; (3) General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 85 percent subcontract amount that cannot be exceeded; or (4) Construction by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 75 percent subcontract amount that cannot be exceeded. (f) The Contractor shall comply with the limitations on subcontracting as follows: (1) For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause� Attachment Class Deviation 2021-O0008, Revision 1 Limitations on Subcontracting for Small Business Changes are indicated by a change bar in the right-hand margin. [Contracting Officer check as appropriate.] __ By the end of the base term of the contract and then by the end of each subsequent option period; or __ By the end of the performance period for each order issued under the contract. (2) For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the performance period for the order. (g) A joint venture agrees that, in the performance of the contract, the applicable percentage specified in� paragraph (e) of this clause will be performed by the aggregate of the joint venture participants. (1) In a joint venture comprised of a small business prot�g� and its mentor approved by the Small Business Administration, the small business prot�g� shall perform at least 40 percent of the work performed by the joint venture. Work performed by the small business prot�g� in the joint venture must be more than administrative functions. (2) In an 8(a) joint venture, the 8(a) participant(s) shall perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture must be more than administrative functions. (End of clause) To be awarded this contract, the offeror must be registered in the SAM and remain active during period of performance. (https://www.sam.gov/portal/public/SAM/). All vendors MUST have a publicly visible registration in the System for Award Management (SAM). UEI, CAGE Code & Federal Tax ID numbers MUST be submitted with offer. If you need any additional assistance getting registered, please send me an email and I will send you additional instructions. Contracting Office Address:USPFO for Louisiana 420 F Street, Camp Beauregard, Pineville La 71360. Point of Contact Ms. Ford, Tiffany 318-290-5584 tiffany.l.ford10.mil@army.mil or Crystal L Stiles 318 290-5982 crystal.l.stiles2.civ@army.mil. Representation. As prescribed in 4.2105(a), complete the following representation in FAR Clause 52.204-24(d) Representation. The Offeror represents that � (1) It ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (c)(1) of this section if the Offeror responds �will� in paragraph (d)(1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that�It ? does, ? does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (c)(2) of this section if the Offeror responds �does� in paragraph (d) (2) of this section.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3ea0969f057148c0b2141336b0b99ba9/view)
 
Place of Performance
Address: Shreveport, LA 71101, USA
Zip Code: 71101
Country: USA
 
Record
SN07128627-F 20240717/240715230111 (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.