Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2017 FBO #5682
MODIFICATION

V -- Family Financial Wellness Workshops

Notice Date
6/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
721214 — Recreational and Vacation Camps (except Campgrounds)
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, District of Columbia, 20315-0350
 
ZIP Code
20315-0350
 
Solicitation Number
W912R1-17-T-0010
 
Archive Date
7/1/2017
 
Point of Contact
Stephen D. Roane, Phone: 5712132978, Willie C. Weatherspoon, Phone: 7036016810
 
E-Mail Address
stephen.d.roane2.ctr@mail.mil, ng.dc.dcarng.mbx.pc-requirement-request@mail.mil
(stephen.d.roane2.ctr@mail.mil, ng.dc.dcarng.mbx.pc-requirement-request@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation DCNG Family Readiness Child and Youth Program: Family Financial Wellness Workshops (I) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. (II) Solicitation W912R1-17-0010 is issued as a Request for Quote (RFQ). (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-94. (IV) This acquisition is Open for all business concerns. (V) SCHEDULE OF SUPPLIES/SERVICES: CLIN 0001 - 30 June 2017 Family Financial Wellness Workshop - Workshop will consists of 50 participants. Workshop shall not exceed 35 miles from the DC Armory - 2001 East Capitol St SE Washington DC 20001. The workshop for this group shall be between 0830-1600 hours (Overnight stay is not required). Refer to this PWS for additional information. CLIN 0002 - 28 July 2017 Family Financial Wellness Workshop - Workshop will consists of 50 participants. Workshop shall not exceed 35 miles from the DC Armory - 2001 East Capitol St SE Washington DC 20001. The workshop for this group shall be between 0830-1600 hours (Overnight stay is not required). Refer to this PWS for additional information. CLIN 0003 - 11 August 2017 Family Financial Wellness Workshop - Workshop will consists of 50 participants. Workshop shall not exceed 35 miles from the DC Armory - 2001 East Capitol St SE Washington DC 20001. The workshop for this group shall be between 0830-1600 hours (Overnight stay is not required). Refer to this PWS for additional information. CLIN 0004 - Contractor Manpower Reporting Application (VI) This solicitation is for the purchase of DCNG Family Readiness Child and Youth Program: Family Financial Wellness Workshops (VII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. (VIII) 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 award will be made to the Lowest Priced Technically Acceptable Offeror whose proposal is most advantageous to the Government. The Contractor shall submit a complete proposal to include: 1.) A detailed breakout of all pricing for the requested Workshops; and 2.) A detailed schedule of all events. NOTE: If a contractor does not submit the required information requested above, their proposal may not be considered for award and determined technically unacceptable. (IX) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://orca.bpn.gov/. (X) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. (XI) The following clauses in their latest editions apply to this acquisition: FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. 52.204-16, Commercial and Government Entity Code Reporting. 52.204-18, Commercial and Government Entity Code Maintenance. 52.204-22, Alternative Line Item Proposal 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations. 52.212-4, Contract Terms and Conditions-Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-50, Combating Trafficking in Persons 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements 52.222-55, Minimum Wages Under Executive Order 13658 52.222-62, Paid sick Leave Under Executive Order 13706 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials. 252.203-7994, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2017-O0001) (NOV 2016) 252.203-7995, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2017-O0001) (NOV 2016) 252.204-7011, Alternative Line Item Structure 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support. 252.209-7999, Prohibition against contracting w/Corps that have unpaid delinquent tax liability or a felony conviction. 252.212-7001 (deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.225-7000, Buy American-Balance of Payments Program Certificate. 252.225-7031, Secondary Arab Boycott of Israel. 252.225-7048, Export-Controlled Items. 252.232-7006, Wide Area WorkFlow Payment Instructions. 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel. 252.244-7000, Subcontracts for Commercial Items. 252-247-7023, Transportation of Supplies by Sea. (XII) The following additional provisions are incorporated by reference: 52.214-31, Facsimile Bids 52.219-1 Alt 1, Small Business Program Representations 52.225-2, Buy American Act Certificate (XIII) N/A. (XV) All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: http://www.FBO.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the acquisition.army.mil web site. They will be contained in the in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than, 10:00 AM EST, 7 June 2017. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing by the Contracting Officer. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in SAMs (https://www.sam.gov/). All quotes are due by 10:00 AM EST, 12 June 2017. Offers are due to the following address: stephen.d.roane2.ctr@mail.mil; willie.c.weatherspoon.mil@mail.mil and ng.dc.dcarng.mbx.pc-requirement-request@mail.mil. All responsible sources that submit a response, if timely received, shall be considered by the agency. Please Provide the Following: 1. Tax Identification Number: _____________________ 2. Company Registered in WAWF (Wide Area Workflow):_______________ If Not, Please register at https://wawf.eb.mil 3. Company Registered In System for Award Management (SAM):_______________ If Yes, What Is Your DUNS# and/or Cage Code: _______________ 4. Company Considered a Small or a Large Business under the NAICS Code of 721110. ______ 5. Company Name and Address: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Company Point of Contact: _______________________________________________________ Company Telephone: __________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49/W912R1-17-T-0010 /listing.html)
 
Place of Performance
Address: See Combined Synopsis/Solicitation, United States
 
Record
SN04541751-W 20170614/170612235427-1a149afe1af61d2bf4e97f4a5bc91403 (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.