Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
MODIFICATION

U -- Yellow Ribbon Events

Notice Date
7/14/2016
 
Notice Type
Modification/Amendment
 
NAICS
561920 — Convention and Trade Show Organizers
 
Contracting Office
Department of the Army, National Guard Bureau, 148 FW/MSC, 4685 Viper St., Duluth, Minnesota, 55811-6012, United States
 
ZIP Code
55811-6012
 
Solicitation Number
W912LM-16-T-4051
 
Archive Date
12/31/2016
 
Point of Contact
Christopher C Fisher, Phone: 2187887242, Rebecca P. Dimler, Phone: 2187887241
 
E-Mail Address
christopher.c.fisher10.mil@mail.mil, rebecca.p.dimler.mil@mail.mil
(christopher.c.fisher10.mil@mail.mil, rebecca.p.dimler.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Changelog: Added question answers to bottom of soliciation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-88. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 561920 applies to this solicitation; business size standard is $11.0 million. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. The following is needed: -Lodging, Conference Space, and meals for 275 adults and 100 children. Location must be within driving range of Duluth MN, to not include locations directly in the city area. Must have areas for general session (seats all attendees), breakout rooms, vendor displays, staff room childcare and Youth Care. Childcare services can be bid as an additional option. Possible dates: December 9-11; November 11-13; November 4-6; October 21-23; October 28-30 Award is anticipated for 2 sets of these dates; either one contract with the same vendor for two sets of dates or two separate contracts with different vendors for two sets of dates. Award contingent on a successful site visit by Contracting and the Yellow Ribbon Event coordinator. Site must be in conformance with the needs of the Yellow Ribbon Event program. This Contract is anticipated to be made with next fiscal year funds. Award will not be made and funding will not be available until after 1 Oct 2016. FAR 52.232-18 applies. ****Quotation instructions**** Multiple solutions to the requirement should be offered as alternative quotes and will be evaluated as separate offers. Multiple solutions are encouraged. Innovative solutions are encouraged and will be evaluated in accordance with the intent of this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Vendor must provide a list of all items to be provided, the quantity and country of origin. Failure to provide country of origin may disqualify a quote if the contracting officer is unable to determine the country of origin. If an individual item of supply is valued over $5,000, contractor must comply with 252.211-7003 Item Unique Identification and Valuation. Response is encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. Include country of manufacture for all items. Include feasible delivery/installation dates as well. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. All questions and quotes must be directed to 148 Contracting Officer via email at usaf.mn.148-fw.list.msc-personnel@mail.mil. Questions asked within 1 week of solicitation close will be answered at the discretion of the Contracting Officer. Please make quotes good for 30 days, if possible. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer's discretion. Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. ****Clauses and Provisions**** FAR 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS OCT 2015 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 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS DEC 2014 FAR 52.207-4 ECONOMIC PURCHASE QUANTITY--SUPPLIES AUG 1987 FAR 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW FEB 2016 FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS OCT 2015 FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS APR 2016 FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS -- ALTERNATE I OCT 2014 FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS MAY 2015 FAR 52.212-5 (Deviation) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS MAR 2016 FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION JUL 2013 FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE NOV 2011 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 APR 2015 FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES JUL 2014 FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS MAR 2015 FAR 52.223-15 ENERGY EFFICIENCY IN ENERGY-CONSUMING PRODUCTS DEC 2007 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 52.225-18 PLACE OF MANUFACTURE MAR 2015 FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS OCT 2015 FAR 52.232-18 AVAILABILITY OF FUNDS APR 1984 FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS JUN 2013 FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS, JUN 2012 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 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 252.203-7997 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2016-O0003) OCT 2015 DFARS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS DEC 2015 DFARS 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE SEP 2011 DFARS 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING DEC 2015 DFARS 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT MAY 2016 DFARS 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM--STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS JUN 2015 DFARS 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM JUN 2013 DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS JUN 2013 DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS DEC 2006 DFARS 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS JUN 2013 DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA--BASIC APR 2014 Questions and answers: (All answers are flexible) *How rooms are needed? -Approximately 170 rooms per event *Breakdown for rooms? (one bed or two beds) -Two beds for families. One bed for singles. We are flexible on this (singles won't die with 2 queen beds in their room). Each person gets a bed is goal. Even children. *What meals will be needed? (breakfast. lunch and dinner) -Friday appetizer buffet - Saturday Breakfast & Lunch buffets - Sunday Breakfast Buffet *Will the meals be buffet or platted? -Buffet preferred but not required. *What kind of setup will be needed? (Classroom, banquet,..) -Classroom is preferred (18" tables acceptable). General Session Room: rounds preferred. *How many breakout rooms will be needed? 3-4 are needed. They must seat a minimum of 75. WE ALSO NEED ROOMS FOR CHILDCARE, YOUTHCARE, STAFF, CHAPLAIN COUNSELING ROOM & A STAFF WORK ROOM. *What are the times that the conference rooms will be needed -Friday noon-EOD, Saturday All day, Sunday 7am-3pm *Is there a preference on location? No
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21-1/W912LM-16-T-4051/listing.html)
 
Record
SN04183365-W 20160716/160714235435-bb7a4bac97e747379adacda41a08d2d3 (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.