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
MODIFICATION

X -- Yellow Ribbon Sep 16-18, 2016

Notice Date
7/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 125 FW, FL ANG, 14300 FANG DRIVE, JACKSONVILLE, Florida, 32218-7933, United States
 
ZIP Code
32218-7933
 
Solicitation Number
F6U3CE6146AW01
 
Archive Date
7/26/2016
 
Point of Contact
Stacy L. Brenenstall, Phone: 9047417442
 
E-Mail Address
stacy.l.brenenstall.mil@mail.mil
(stacy.l.brenenstall.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) 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. The solicitation number is F6U3CE6146AW01 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-88. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $32.5 M. This requirement is a 100% small business set-aside and only qualified offerors may submit quotes. The Government intends to award a single, Firm-Fixed Price contract without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. The Florida Air National Guard (FLANG) contracting office requests responses from qualified sources capable of providing a hotel/resort environment located in Orlando, FL, to host a Yellow Ribbon Event on 16-18 September 2016 IAW the Statement of Work (SOW). Quotes due by: 11 July 2016 @ 09:00 A.M. EST Yellow Ribbon Event Dates: 16-18 September 2016 Place of Performance: Orlando, Florida (I Drive area preferably). General Requirement IAW the SOW: Provide pricing for your quote in Table 1. No other pricing f or mat w ill be accepte d. Verify that the prices q uoted reflect the most competitive pricing available to the Governme n t w i th regard to this C o mbined Synopsis/Solici t ation. Offerors are encouraged to include documentation that showcases the amenities their property offers. LIST OF ATTACHMENTS: 1. Statement of Work 2. Table 1 A. CHANGES TO THIS CONTRACT / PURCHASE ORDER / DELIVERY ORDER: The Contracting Officer (CO) is the only person authorized to approve changes or modify any of the requirements under this contract and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the CO. In the event the Contractor effects any such change at the direction of any person other than the CO, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. Contractual problems, of any nature, which might occur during the life of the contract shall be handled in conformance with public laws and regulations and shall be referred to the CO for resolution. Only the CO is authorized to formally resolve such problems. Therefore, the Contractor is hereby directed to bring all such contractual problems to the immediate attention of the CO. Any request for contract changes/modification shall be submitted to the CO. B: RESPONSIBILITY AND INSPECTION: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. C. PROVISIONS AND CLAUSES: The following provisions and clauses are applicable to this procurement : THE FOLLOWING PROVIS I O NS AND C L AUS E S ARE AP P LICAB L E TO THIS ACQUISI T ION (Note: Provisions a nd/or clau s es marked w i th a * require the offeror to provide responsive information as set forth w i thin those p rovisions and/or clauses. This responsive informa t ion shall be su b mi t ted in t h e same format provi d ed w i thin those provisions o r clauses a t the time a Quote is submit t ed.): FAR 52.204-13 System for Award Management Maintenance (Jul 2013) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) FAR 52.204-18 Commercial and Government entity Code Maintenance (Jul 2015) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (May 2015) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2016) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) ・ The following are applicable cla u ses cited within FAR 52.212-5 : FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (Oct 2015) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28 Post-Award Small Business Program Representation (Jul 2013) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2016) FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 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 (Mar 2015) 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 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.232-33 Pay m ent by Electro n i c Fun d s Transfer S ystem of Award Manage m ent R e gistration (Jul 2013) 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 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEV)(Oct 2015) DFARS 252-203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEV)(Oct 2015) DFARS 252.204-7004 Alt A System for Award Management (Feb 2014) DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Dec 2015) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) DFARS 252.211-7003 Item Unique Identification and Valuation (Dec 2013) DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014) DFARS 252-223-7008 Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7000 Buy American-Balance of Payments Program Certificate (Nov 2014) DFARS 252.225-7001 Buy American and Balance of Payments Program (Nov 2014) DFARS 252.225-7035 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Nov 2014) DFARS 252.225-7048 Export-Controlled Items (Jul 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) (10 U.S.C. 2227) DFARS 252-232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.237-7010 Prohibition of Interrogation of Detainees by Contractor Personnel (Jun 2013) DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023 Transportation of Supplies by Sea (Apr 2014) Full Text Provisions, C l auses & A ddendums: *FAR 52. 212-1 Instructions to Offerors - Commercial Ite m s, Addendum (Oct 2015) PROV I DE THE FOL L O W ING CONTRACTOR INFOR M ATION W I TH YOUR QUO T E: 1. DUNS Nu m ber 2. TIN Number 3. CAGE Code 4. Contractor Na m e 5. Pay m ent Ter m s (net 30) or Discount 6. Period of Perfor m ance 7. Business Type (i.e. s m a ll, wo m e n-owned, etc.) 8. Point of Contact & Phone Nu m ber 9. Fax Number 10. E m ail address 11. FOB (destination or origin) 12. GSA number, if applicable to this require m ent FAR 52.204-7 System for Award Management (SAM)(Jul 2013) Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov. FAR 52.212-2 Evaluation - Commercial items. 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 following factors shall be used to evaluate offers: i. Total Pri c e Quote: a. Table 1 w ith pricing f or ite m s as indicated. ii. Technic a l Acceptance: a. Co m plete quote b. Location of facility in relation to family friendly establishments (restaurants, entertainment, etc.) A minimum of 5 casual dining establishments, conducive to family eating/prices must be within 1-2 miles of hotel. Evaluation in accordance with FAR 13.106-2 based on price, delivery schedule and suitability to meet Government need. FAR 52.204-7 System for Award Management (SAM ). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov. Offerors are hereby advised to include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with offer. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. DFARS 252.232-7006 Wide Area Work Flow (WAWF) Payment Instructions. Quoters must be registered in WAWF to be considered for award unless government purchase card is utilized for procurement. Registration can be completed on-line at https://wawf.eb.mil. The WAWF Assistance Line is also available at 1-866-618-5988. (End of Provisions and Clauses) Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. When submitting a quote it is very important that all offerors understand it is their responsibility to ensure they meet all requirements of the RFQ, not just those requirements stated in the specification such as terms and conditions, representations and certifications. The quote should not simply rephrase or restate the Government's requirements, but rather shall provide substantiation as to how the offeror intends to meet the requirements. Offers will ONLY be accepted via EMAIL. All other offers received will be rejected. Email all offers to the email address listed below. All offers are due by 11-JULY-2016 at 09:00:00 a.m. EST. Point of Contact: TSGT Stacy Brenenstall, FL ANG (904) 741-7442 Stacy.l.brenenstall.mil@mail.mil ******* End of Combined Synopsis/Solicitation *******
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08-1/F6U3CE6146AW01 /listing.html)
 
Place of Performance
Address: 14300 Fang Drive, Jacksonville, Florida, 32218, United States
Zip Code: 32218
 
Record
SN04174922-W 20160709/160707235823-07037fe8986e517b77f6660168fcd426 (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.