SOLICITATION NOTICE
72 -- PRE-DEPLOIMENT YELLOW RIBBON - Solicitation
- Notice Date
- 12/29/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Puerto Rico, PO Box 34069, Fort Buchanan, Puerto Rico, 00934-4068
- ZIP Code
- 00934-4068
- Solicitation Number
- W912LR-17-T-0013
- Archive Date
- 1/28/2017
- Point of Contact
- Angel J Martinez, Phone: 7872777697, Kenneth Matos, Phone: 7872777691
- E-Mail Address
-
angel.j.martinezguzman.mil@mail.mil, kenneth.matos.mil@mail.mil
(angel.j.martinezguzman.mil@mail.mil, kenneth.matos.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- W912LR-17-T-0013 This is a combined synopsis/solicitation for combined Yellow Ribbon Pre-Deployment Seminar to be held January 28th through 29th 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. The solicitation number is W912LR-17-T-0013 and is issued as a request for quotation (RFQ). This RFQ closes at 1:00 PM on Tuesday, 13 January 2017. All Questions must be submitted via email to kenneth.matos.mil@mail.mil (787) 277-7691 and angel.j.martinezguzman.mil@mail.mil (787) 277-7697 before 4:00 PM Saturday, 7 January 2017. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-93, 16 Dec 2016 effective. The DFARS provisions and clauses are those in effect to DPN 20161104, 4 Nov 2016 effective. This requirement is issued as unrestricted competition and only qualified offerors may submit quotes. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $32.5M. The government intends to award a firm-fixed price contract based from this RFQ based on the below evaluation criteria. Delivery shall be FOB Destination. Contractor shall complete the solicitation contract line item numbers (CLIN) and also shall send their own proforma for pricing evaluation. Instructions to Offerors 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. Price and technical acceptability will be considered. Evaluation of Offers 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: Price Technical acceptability Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct clarifications and discussions. 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 vendors. 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 clarifications and 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. CONTRACTOR MANPOWER REPORTING: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Yellow Ribbon/Strong Bonds Event via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at: http://www.ecmra.mil. Unit Identification Code: To be disclosed at contract award Issuing Office DoDAAC: W912LR 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. RESPONSIBILITY AND INSPECTION: Unless otherwise specified in the order, the contractor is responsible for the performance of all inspection requirements and quality control. ATTACHMENTS Solicitation W912LR-17-P-0013
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA70/W912LR-17-T-0013/listing.html)
- Place of Performance
- Address: Puerto Rico, United States
- Record
- SN04360707-W 20161231/161229233955-2dbfb6954bb42862432ca89f835ab91e (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 |