Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2017 FBO #5743
SOLICITATION NOTICE

X -- STRONG BONDS EVENT HOUSTON TX - SOW Strong Bonds 12 Aug 2017

Notice Date
8/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 147 MSG/MSC, TX ANG, Bldg 1258, Ellington Field, 14657 Sneider Street, HOUSTON, Texas, 77034-5586, United States
 
ZIP Code
77034-5586
 
Solicitation Number
W912L1-17-T-1012
 
Point of Contact
Denise M. Bailey, Phone: 2819292305, Jill K Todaro, Phone: 2819292743
 
E-Mail Address
denise.m.bailey.mil@mail.mil, jill.k.todaro.mil@mail.mil
(denise.m.bailey.mil@mail.mil, jill.k.todaro.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Strong Bonds 12 Aug 2017 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12 and 13, 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. Place of performance will be Houston, Texas 77034. The solicitation number assigned to this action is W912L5-17-T-1012. This acquisition is utilizing procedures in FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 147 MSG/MSC Ellington Field 14657 Sneider St, Houston, Texas 77034. This acquisition is issued as a 100% small business set-aside. The applicable North American Industry Classification System (NAICS) code is 721110, Hotels (except casino hotels) and Motels with a size standard of $32.5 million. Interested parties must quote on all contract line items (CLINS) below as described in the attached Statement of Work (SOW). This combined synopsis/solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005-95. The Government intends to award a single, firm-fixed price contract without discussions. Offerors should submit their best offer up front. Description of requirement: Contractor shall furnish all labor, parts, tools, supervision, equipment, appliances, transportation and materials necessary in order to provide a meeting space/room, childcare space/room, lodging accommodations, food service, and audio-visual services to 35 military families attending the Strong Bonds family seminar hosted by the 147 Attack Wings Chaplain Corp in Houston, Texas on September 22-24, 2017. CLIN description and pricing guide: CLIN 0001: 9 Meeting Space/Room (See attached SOW for details) QTY: 1 JOB PRICE______________ CLIN: 0002 Childcare Space/Room (See attached SOW for details) QTY: 1 JOB PRICE______________ CLIN 0003: Lodging Accommodations (See attached SOW for details) QTY: 1 JOB PRICE______________ CLIN 0003: Food Service (See attached SOW for details) QTY: 1 JOB PRICE______________ CLIN 0004: Audio-Visual (total price for all audio visual requirements described in SOW) QTY: 1 JOB PRICE______________ SUBMISSION GUIDELINES: Submitted quote must include the following: (1) Solicitation number; (2) Offers must be on business letterhead with name, DUNS number, CAGE CODE, address and telephone number of the offeror; (3) Include total CLIN prices and discount terms; (4) Acknowledgement of any solicitation amendments; (5) Offers should include details of each service provided; (6) Offers may include Occupancy tax only, state/federal tax exempt; (7) Children are considered age 12 and unde; (8) Note: Final number of attendees may fluctuate by +/- 20%. The Government is not authorized to pay for no shows. VENDOR CERTIFICATIONS: Prior to award, the vendor must be currently registered in the System for Award Management (SAM) at https://www.sam.gov. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of current registration in the SAM database will make an offeror ineligible for award. Submit all offers in response to this synopsis/solicitation no later than August 24, 2017 by 10:00 am CST to the point of contact (POC) SMSgt Denise Bailey electronically at: denise.m.bailey.mil@ail.mil. Please submit all questions in writing by email to the aforementioned. Questions or inquiries received by telephone will not be addressed. Offers received after 10:00 am CST on the required date of submission, may not be considered unless determined to be in the best interest of the government. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and Far DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil The following provisions and clauses are incorporated in this combined synopsis/solicitation by reference: 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (NOV 2015) 52.212-1 Instructions to Offerors--Commercial Items (JAN 2017) 52.212-4 Contract Terms and Conditions--Commercial Items (JAN 2017) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 5 2.223-1 Biobased Product Certification (MAY 2012) 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (SEP 2013) 52.223-4 Recovered Material Certification (MAY 2008) 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (MAY 2008) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7011 Alternative Line Item Structure (SEP 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2016) 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2016) 252.225-7031 Secondary Arab Boycott Of Israel (JUN 2005) 252.225-7035 Buy American--Free Trade Agreement--Balance Of Payments Program Certificate--Basic (Nov 2014) 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program--Basic (DEC 2016) 252.225-7048 Export-Controlled Items (JUN 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 252.247-7023 Transportation of Supplies by Sea (APR 2014) The following provisions and clause are incorporated in this combined synopsis/solicitation by full text: 52.212-2 Evaluation- Commercial Items As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Oct 2014) (a) 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: Lowest Price Technically Acceptable and price. Past Performance will not be an evaluation factor. If all acceptable offers are equally technically acceptable, award shall be made to the lowest priced offeror. -Technical acceptability will be based on the offerors compliance with this solicitation and the attached SOW. Offerors providing solutions that meet or exceed the Governments requirement, will be evaluated for award. (b) A written notice of award or acceptance of an offer; mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JAN 2017) ALTERNATE I (OCT 2014) The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). _ _X__ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). __X__ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). __X__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). __X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __X__ (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). __X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). __X__ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). __X__ (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). : By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. __X__ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). __X__ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). __X__ (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). __X__ (51) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __X__ (57) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) __X___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vi) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) __X___ (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvi)52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvii) : By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016)). (xix) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxiii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 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/these address(es): https://www.acquisition.gov/far/ http://farsite.hill.af.mil (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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/these address(es): https://www.acquisition.gov/far/ http://farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). 2 in 1 (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. FA6433 (Contracting Officer: Insert inspection and acceptance locations or "Not applicable".) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC F67100 Issue By DoDAAC W912L1 Admin DoDAAC W912L1 Inspect By DoDAAC FA6433 Ship To Code FA6433 Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) _ ___ Service Acceptor (DoDAAC) FA6433 Accept at Other DoDAAC ____ LPO DoDAAC FA6433 DCAA Auditor DoDAAC ____ Other DoDAAC(s) ____ -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. JILL.K.TODARO.MIL@MAIL.MIL DENISE.M.BAILEY.MIL@MAIL.MIL (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. JILL.K.TODARO.MIL@MAIL.MIL DENISE.M.BAILEY.MIL@MAIL.MIL (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) ATTACHMENTS (3): 1. Statement of Work Dated 12 August 2017
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA41-2/W912L1-17-T-1012/listing.html)
 
Place of Performance
Address: 147MSC/MSG, Ellington Field JRB, 14657 Sneider St, Houston, Texas, 77034, United States
Zip Code: 77034
 
Record
SN04626171-W 20170814/170812230140-540b5605237ff0238cb1c4a022cffe03 (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.