Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
SOLICITATION NOTICE

X -- Yellow Ribbon Event - Statement of Work - TABLE 1

Notice Date
1/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 125 MSG/MSC FL ANG, 14300 FANG DRIVE, JACKSONVILLE, Florida, 32218-7933, United States
 
ZIP Code
32218-7933
 
Solicitation Number
W911YN-17-T-1004
 
Archive Date
2/2/2017
 
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
N/A
 
Description
TABLE 1. Provide quote on TABLE 1. Statement of Work - Yellow Ribbon COMBINED SYNOPSIS/SOLICITATION 'COMBO' YELLOW RIBBON EVENT JANUARY 27-29, 2017 NORTH EAST FLORIDA BEACHES AREAS •I. General Terms and Conditions: •(i) This is a combined synopsis/solicitation for a Yellow Ribbon s to be held January 27 th through 29 th 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. •(ii) The solicitation number is W911YN-17-T-1004 and is issued as a request for quotation (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 721110. This requirement is solicited unrestricted. •(iii) This RFQ shall close at 08:00 am E.S.T. on Wednesday, 18 January 2017. All Questions must be submitted via email to stacy.l.brenenstall.mil@mail.mil 24 hours prior to close. All correspondence must be made to Stacy Brenenstall at the above stated email or call (904) 741-7442. All offers must be emailed to Stacy Brenenstall co mplete in accordance with the instructions outlined in this RFQ. Funds are presently available for this acquisition. •(iv) 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. •(v) The government intends to award a firm-fixed price contract based from this RFQ based on the below evaluation criteria in Sectio n III. •(vi) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment TABLE 1. The event shall be conducted in the North East, FL beaches areas, (Atlantic Beach, Neptune Beach, Jacksonville Beach or Ponte Vedra Beach). A minimum of 5 casual dining establishments, conducive to family eating and prices within 1-3 miles of the hotel. Include establishments which are willing to participate in offering discounted rates to the military and their families. •II. Instructions to Offerors FAR 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2015) 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: •1. To assure timely and equitable evaluation of the quotation, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. •2. Specific Instructions: The response shall consist of three (3) separate parts: •• Part 1 - Price - Submit one (1) copy of price schedule (TABLE 1) and any pertinent additional information. •• Part 2 - Technical Acceptability - Submit one (1) copy of technical acceptability narrative. This can be a brochure or information sheet from the resort showing amenities and accommodations, room and grounds pictures and a minimum of 5 casual dining establishments, conducive to family eating and prices within 1-3 miles of the hotel. Include establishments which are willing to participate in offering discounted rates to the military and their families. •3. 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. •4. FAR 52.204-7 System for Award Management (SAM)(Jul 2013) Quoters must have an active registration in the SAM database by the RFQ close date to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov. •III. Evaluation of Offers FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: •(a) 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: •(i) Price •(ii) Technical acceptability •(b) Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct 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 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. •(c) 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 lodging, conference space, audio visual equipment, food and refreshments, and other requirements described in the Statement of Work per the dates specified. •(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must: Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Specialist proving it will meet the salient physical, functional, or performance characteristic specified in this solicitation. •IV. 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 Event via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web addre ss: 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: C21CFTX5 Issuing Office DoDAAC: W911YN •V. 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. •VI. RESPONSIBILITY AND INSPECTION: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. •VII. ATTACHMENTS •1. Statement of Work - Yellow Ribbon •2. Table 1 Price Schedule •VIII. PROVISIONS AND CLAUSES BY REFERENCE: The following provisions and clauses are applicable to this procurement : Applicable FAR clauses and provisions (red): FAR 52.204-13 System for Award Management Maintenance (Jul 2013) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-18 Commercial and Government entity Code Maintenance (Jul 2016) 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 52.212-3 ALT 1 Offeror Representations and Certifications-Commercial Items 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 (Dec 2016) FAR 52.219-14 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) FAR 52.222-52 Exemption From the Application of the Service Contract Labor Standards for Certain Services-Certification (May 2014) FAR 52.222-53 Exemption From the Application of the Service Contract Labor Standards for Certain Services-Requirements (May 2014) 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 2016) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 Equal Opportunity (Sep 2016) 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 52.232-33 Pay m ent by Electro n i c Fun d s Transfer-- S ystem of Award Manage m ent R e gistration (Jul 2013) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 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. Applicable DFARS Clauses and provisions (red): 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 252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2017-O0001)(Nov 2016) DFARS 252-203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2017-O0001)(Nov 2016) DFARS 252.204-7004 Alt. A System for Award Management (Feb 2014) DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Oct 2016) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016) 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 (Aug 2016) DFARS 252.225-7035 Alt. 1 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Nov 2014) DFARS 252.225-7036 Alt. 1 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Aug 2016) DFARS 252.225-7048 Export-Controlled Items (Jun 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) 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 Combined Synopsis/Solicitation *******
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08-1/W911YN-17-T-1004/listing.html)
 
Place of Performance
Address: Hotel, Florida, United States
 
Record
SN04369062-W 20170113/170111234326-0becbfea8e3736f0eec5079709f268ae (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.