Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
SOLICITATION NOTICE

X -- Yellow Ribbon Event 22 October 2016

Notice Date
7/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Connecticut, 360 Broad Street, Hartford, Connecticut, 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS16QF014
 
Point of Contact
Leslie A Fedler,
 
E-Mail Address
leslie.a.fedler.civ@mail.mil
(leslie.a.fedler.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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. This solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86 dated 12 December 2015. This solicitation number W91ZRS-16-Q-F014 is for the Connecticut Army National Guard (CTARNG). The USPFO for Connecticut intends to award a Firm-Fixed Price contract for Yellow Ribbon Event. This request is due by 9 August 2016 at 01:00 p.m. (Eastern Time). This solicitation is unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 721110 - Hotels (except Casino Hotels) and Motels. The small business size standard for 721110 is $32.5 million in average annual receipts. This is not a solicitation for Event Planning Services or 3rd Party Event Planning Services. This is not a solicitation for Event Planning Services. For a proposal submitted by an offeror that is not a hotel, the offeror must describe in its quote the approach for the offeror's services as a prime contractor (copy of subcontractor/agreement, etc) and must also include a copy of all insurance (s) (standard business, liability, extraordinary insurances) in order to submit a complete quote for evaluation purposes. The offeror must have someone at the event to represent the contract. (Again, this is not a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed non-responsive). Instructions to Offerors 1. All questions shall be in writing. Questions may be faxed to Leslie Fedler at 860-386-4070 or emailed at leslie.a.fedler.civ@mail.mil. Questions must be submitted No Later than 29 July 2016. 2. All quotes are due no later than 01:00 p.m. eastern time, 09 August 2016. Quotes may be faxed to Leslie Fedler at 806-386-4070 or emailed to leslie.a.fedler.civ@mail.mil. a. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error on the fax machine or email address does not change the due date or time. 3. Important information: You are not guaranteed the numbers. They are estimates. They will be changed with correct numbers before the event. Almost always the numbers go down. Basis For Award Award shall be made to a single offeror. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The most important is Location and then price (in that order. Sam's Registration: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, they may do so through the SAM website at http://www.sam.gov. Payment shall be paid thru the wide area workflow program. All payments are net 30 days. All Offerors must accept this as payment. The wide area workflow website is https://wawf.eb.mil/. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2010) with its offer. Performance Work Statement See attached SOW Parking: Hotel must provide complimentary parking. Location of the hotel preferred is Eastern Connecticut The following provisions are included in this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3 Alt I, Offerors Representations and Certifications (OCT 2010); FAR 52.217-5, Evaluation of Options; FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment---Certification; FAR 52.222-52, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services---Certification; FAR 52.237-1, Site Visit; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7998 (DEV), Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements---Representation (DEVIATION); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.209-7992 (DEV), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law---Fiscal Year 2015 Appropriations (DEVIATION); DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7035, Buy American---Free Trade Agreements---Balance of Payments Program Certificate; DFARS 252.225-7035 Alt I, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate I); DFARS 252.225-7035 Alt IV, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate IV); DFARS 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services From Certain Foreign Entities---Representations : The following clauses apply to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-18, Commercial Government Entity Code Maintenance; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Condition Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION); FAR 52.212-5 Alt II, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--- Commercial Items (DEVIATION 2013-O0019) (APR 2015) ALTERNATE II (APR 2015); FAR 52.219-6, Notice of Small Business Set - Aside; FAR 52.219.28, Post Award Small Business Program Rerepresentation: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor---Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965, (wage determination no. 1996-0239, revision no. 25, date of last revision 02/03/2011); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Contractor Registration; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-2; DFARS 252.201-7000, Contracting Officer's Representative; DFARS; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7999 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION); DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information; DFARS 252.204-7011, Alternative Line Item Structure; DFARS 252.204-7012 Safeguarding of unclassified Controlled Technical Information: DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea; Provisions and Clauses for this synopsis/solicitation can be found at http://farsite.hilll.at.mil. 52.232-18 -- Availability of Funds. As prescribed in 32.705-1(a), insert the following clause: Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Yellow Ribbon Event Requirements Date of Event: 22 October 2016 Time of Event: 0800-1400 Setup/ Breakdown: Setup: 1.5 HR Breakdown: 1HR Food and Beverage: • Meal: Breakfast---need breakdown of menu • Time: 0900 • Kids snack --- need to know what snack (yogurt) Additional Requirements: Breakfast will be setup inside the General Session room. Children will eat in the assigned Child and Youth rooms. Youth menu will not be the same as the adult menu. Please ensure there are water stations in all rooms for the duration of the event. General Session Room 1: • Must accommodate approximately 156 attendees. • Audio/ Visual Requirements: 2 Projectors/ 2 screen/2 wireless mics/1 audio package. • Setup Style: Skirted Banquet rounds; either 8/10/12 per table • Additional Requirements: Podium in center of room/ water station Breakout Room 2: • Must accommodate approximately 100 attendees. • Audio/ Visual Requirements: (1 Projector & Screen) • Set- Up Style: Banquet rounds Child & Youth Room 3: • Must accommodate approximately 14 (5-12 yr olds) plus staff. • Audio/ Visual Requirements: N/A • Set- Up Style: Banquet rounds • Additional Requirements: Breakfast Served in room. Also, a mid-morning snack containing fruits or vegatables will be needed. Avoid any snack containing peanuts. Registration should be set-up outside of their room. Child & Youth Rooms should be adjacent to each other. Child & Youth Room 4: • Must accommodate approximately 12 (13-18 yr olds) plus staff. • Audio/ Visual Requirements: N/A • Set- Up Style: Banquet rounds • Additional Requirements: Breakfast Served in room. Also, a mid-morning snack containing fruits or vegatables will be needed. Avoid any snack containing peanuts. Registration should be set-up outside of their room. Child & Youth Rooms should be adjacent to each other. Child Care Room #5: • Must accommodate approximately 10 (under 5 children) plus staff • Audio/ Visual Requirements: N/A • Set- Up Style: Banquet rounds • Additional Requirements: Registration should be set-up outside of their room. Registration Tables: • Number of Tables: 6 • Type of Tables: Skirted rectangular tables with 2 chairs at each • Location of Tables: We would like to have 6 registration tables outside the General Session room. Child & Youth and Child Care should each have one registration table set up outside their room. Exhibitor Tables: • Number of Tables: 30 • Type of Tables: Skirted 6 ft rectangular tables with 2 chairs • Location of Tables: Outside of the General Session Room • Additional Requirements: Some exhibitors may need electricity. Additional Questions: We would like to request access to storage room the day prior to the event to allow for pre-event staging of equipment. Planning to bring own TV/DVD/Video Game equipment to use in kids room. Are there any restrictions by the venue/hotel operators with the YRP using this equipment?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS16QF014/listing.html)
 
Place of Performance
Address: Connecicut, United States
 
Record
SN04174163-W 20160709/160707235209-f8982031581cfbf9d0dbfd7edf8f37ad (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.