Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
SOLICITATION NOTICE

X -- Strong Bonds Marriage Event - PWS

Notice Date
3/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 152 AW, NVANG BASE CONTRACTING OFFICE, 1776 NATIONAL GUARD WAY, RENO, Nevada, 89502-4494
 
ZIP Code
89502-4494
 
Solicitation Number
W9124XSB-1502
 
Archive Date
4/16/2015
 
Point of Contact
Jason C. Huth, Phone: 7757884662, Keith Trimble, Phone: 7757889350
 
E-Mail Address
jason.huth@ang.af.mil, keith.trimble@ang.af.mil
(jason.huth@ang.af.mil, keith.trimble@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ Cover Page Performance Work Statement COMBINED SYNOPSIS/SOLICIATION ‘COMBO': Strong Bonds Event This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation W9124XSB-1502 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, effective 26 Dec 2014. The DFARS provisions and clauses are those in effect to DPN 20150115, effective 15 Jan 2015. This requirement is solicited unrestricted. The North American Industrial Classification System (NAICS) code associated with this procurement is 721110 with a small business size standard of $32,500,000.00. The Pricing Schedule is incorporated below. Vendors shall complete in its entirety and return with any other documentation/data as required by this Combo. The Strong Bonds Program for the Nevada Air National Guard needs a quote for an event being held April 24-26, 2015. This location must be a full service hotel (resort style facility) located greater than 30 miles from the center of Las Vegas, NV but not to exceed 120 miles. Amenities including pool, spa, sport, recreation areas, nearby hiking areas, and areas suitable to walks and/or private spaces for families to sit and talk are preferred. Restaurants or catering services must be available on the premise. This will be a firm fixed priced contract. The contract will be awarded to lowest priced technically acceptable. Technical acceptability is meeting all solicitation and performance work statement (PWS) requirements. A site visit to the hotel may be required prior to award. The Place of Performance will be the hotel provided in the selected offer. This solicitation is not for third party vendors or event planners. Quotes must come directly from the hotel. To be awarded this contract, the offeror must be registered in SAM. (https://www.sam.gov/portal/public/SAM/). All vendors MUST have a publicly visible registration in the System for Award Management (SAM). Duns & Bradstreet, CAGE Code & Federal Tax ID numbers MUST be listed on quotes. The Nevada Air National Guard intends to award a firm-fixed price contract for the following: Master Bill (ON CONTRACT) Line Item 0001: Hotel Rooms Friday night/25 rooms and Saturday night/25 rooms - 20 with king size beds and 5 with 2 queen size beds Quantity: 50 Unit of issue: Each Unit Price: $ _____ Line Item Total: $_____ Line Item 0002: Occupancy Tax (if applicable) Friday night/25 rooms and Saturday night/25 rooms Quantity: 50 Unit of issue: Each Unit Price: $ _____ Line Item Total: $_____ Line Item 0003: General Session Room Friday, Saturday and Sunday Quantity: 1 Unit of issue: Each Unit Price: $ _____ Line Item Total: $_____ Line Item 0004: Small Conference Room Friday, Saturday and Sunday Quantity: 1 Unit of issue: Each Unit Price: $ _____ Line Item Total: $_____ Line Item 0005: Small Conference Room Friday, Saturday and Sunday Quantity: 1 Unit of issue: Each Unit Price: $ _____ Line Item Total: $_____ Line Item 0006: Breakfast Saturday, April 25 - Qty 70 Sunday, April 26 - Qty 70 Quantity: 140 Unit of issue: Each Unit Price: $ _____ Line Item Total: $_____ Line Item 0007: Lunch Friday, April 24 - Qty 10 Saturday, April 25 - Qty 70 Sunday, April 26 - Qty 70 Quantity: 150 Unit of issue: Each Unit Price: $ _____ Line Item Total: $_____ Line Item 0007: Dinner Friday, April 24 - Qty 70 Saturday, April 25 - Qty 70 Quantity: 140 Unit of issue: Each Unit Price: $ _____ Line Item Total: $_____ Delivery shall be FOB Destination. Contractor shall include delivery information on the RFQ Cover Page. All items shall be delivered to: TBD FAR 52.212-1 Instructions to Offerors -- Commercial Items (April 2014) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: To assure timely and equitable evaluation of the quote, the vendors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Specific Instructions: The response shall consist of two (2) separate parts: Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative. Part 2- Price - Submit one (1) copy of price schedule using RFQ W9124XSB-1502 cover page. All related costs for contractor performance shall be clearly explained in their offer and included in their price for each Strong Bonds Event dates offered. Price variances for the range of attendance at each retreat for attendance as specified in the PWS should be clearly explained in their offer. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications in this solicitation and the Statement of Work. Price and technical acceptability will be considered. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) this provision has been tailored to this procurement and is provided in full-text below: The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical acceptability Price Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendor. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum, is defined as meeting following criteria: Minimum Qualifications: Contractor must be able to provide the products described herein. All related costs for contractor performance shall be clearly explained in their offer and included in their price for each Strong Bonds Event dates offered. Price variances for the range of attendance at each retreat for attendance as specified in the SOW should be clearly explained in their offer. A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Each vendors shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (May 2014), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (July 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS JUL 2013 FAR 52.209-6 PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT AUG 2013 FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE NOV 2011 FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION JUL 2013 FAR 52.222-3 CONVICT LABOR JUN 2003 FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES FEB 1999 FAR 52.222-26 EQUAL OPPORTUNITY MAR 2007 FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES JUL 2014 FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS FEB 2009 FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING AUG 2011 FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES JUN 2008 FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS DEC 2012 FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS JUN 2013 FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 FAR 52.233-3 PROTEST AFTER AWARD AUG 1996 FAR 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM OCT 2004 DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS SEP 2011 DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS SEP 2013 DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS NOV 2011 DFARS 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE SEP 2011 DFARS 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION NOV 2013 DFARS 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS FEB 2014 DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS JUN 2013 DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS JUN 2012 DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS MAY 2013 DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS DEC 2006 DFARS 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL JUN 2013 NOTICE TO ALL INTERESTED PARTIES: All questions in response to this notice must be submitted by email to 152aw.msc@ang.af.mil no later than 5:00pm PST Wednesday, March 25, 2015. A site visit to the hotel may be required prior to award. The deadline for quotes is Wednesday, April 1, 2015 by 5:00pm PST. Offerors who fail to complete and submit the requirements below may be considered non-responsive. Quotes are due no later than 5pm PST on 1 April 2015; quotes shall include the following: a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative. b. Part 2- Price - Submit one (1) copy of price schedule using RFQ W9124XSB-1502 cover page. BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote. Quotations shall be submitted to SMSgt Jason C. Huth at jason.huth@ang.af.mil. For information regarding this solicitation, contact the same or call at (775)788-4662. List of Attachments: • Attachment 1: Performance Work Statement • Attachment 2: RFQ W9124XSB-1502 cover page
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA26-1/W9124XSB-1502/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03657346-W 20150305/150303235030-b0bb4c682570703be529162a0083d985 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.