Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOLICITATION NOTICE

X -- Yeloow Ribbon Event 20 January 2018 - Statement of Work

Notice Date
12/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 115 MSG/MSC, WI ANG, 3110 MITCHELL STREET, BLDG 500, MADISON, Wisconsin, 53704-2591, United States
 
ZIP Code
53704-2591
 
Solicitation Number
W912J2-18-Q-6004
 
Point of Contact
Katherine I. Fox, Phone: 6082454524
 
E-Mail Address
katherine.i.fox.mil@mail.mil
(katherine.i.fox.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work (SOW) January 20, 2018 (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 W912J2-18-Q-1004 is issued as a Request for Quotation (RFQ). (iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, effective 06 Nov 2017, and Defense Acquisition Circular DPN 20161222, effective 22 Dec 2016. (iv) This RFQ is solicited as a 100% small business set aside. The NAICS code is 721110 with a small business size standard of $32.5M. (v) The Wisconsin Air National Guard is seeking the following items. Quantities are estimates and are subject to change prior to the event. Item; Qty/Unit Adult Lunch Buffet, 20 Jan; 250/EACH Child Lunch Buffet, 20 Jan; 50/EACH Snacks / Refreshments, 20 Jan, 1000-1130; 300/EACH Snacks / Refreshments, 20 Jan, 1400-1530; 300/EACH Children's Snacks/Refreshments, 20 Jan, 1030; 50/EACH Children's Snacks/Refreshments, 20 Jan, 1430; 50/EACH General Event Space; 1/EACH Breakout Session Rooms; 4/EACH Childcare/Youth Rooms; 2/EACH Meeting Room/Office-Chaplain/DPH; 2/EACH Conference/Board Room- YRRP Event Staff; 1/EACH Audio/Video Equipment Package; 1/EACH OPTION 1: Sleeping Rooms, 19 Jan check-in; 75/EACH (vi) Description of requirement: The Wisconsin Air National Guard will conduct a Yellow Ribbon Reintegration Program (YRRP) event, beginning 20 January 2018 at 0700 hours and ending at 1700 hours with option 1 facilitating lodging beginning 19 January 2018 at 1800 hours. The WIANG is seeking a family-friendly facility to accommodate conference space within 20 miles of 3110 Mitchell Street, Madison, WI zip code 53704, with an option to accommodate lodging the night prior. Any quote must conform to this RFQ and the attached Statement of Work. (vii) Delivery schedule shall be 20 January 2018. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) Evaluation will be based on lowest price technically acceptable. Technical acceptability includes: 1) Conformance to the Statement of Work and 2) A site visit by the Yellow Ribbon Coordinator and other interested parties to assess the safety, comfort, health, and cleanliness of the facility, which will be rated as either acceptable or unacceptable. A firm fixed price contract is anticipated. (x) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with a quote, or be currently registered in the SAM website with Representations and Certifications completed. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii. (xiii) The following additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition: Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at http://farsite.hill.af.mil. 52.203-19 Prohibition on Contracting with Entities that Require 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 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-22 Alternative Line Item Proposal 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 ALT I Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-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 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 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 (http://farsite.hill.af.mil) 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 252.204-7011 Alternative Line Item Structure 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American - Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received. Instructions to Offerors: 1. Quotes in response to this solicitation must include the Offeror's CAGE Code or DUNS Number. 2. Your pricing schedule must clearly annotate pricing or the words, "not separately priced" or "no cost" for each requirement identified. Omission of no cost line items may cause your quote to be non-responsive. Unit prices shall include all applicable fees, to include any nonexempt taxes. 3. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. 4. It is the interested Offeror's responsibility to check FedBizOpps for updated information. (xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ no later than 04 January 2018 at 16:00 Central time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-1/W912J2-18-Q-6004/listing.html)
 
Place of Performance
Address: Madison, Wisconsin, 53074, United States
Zip Code: 53074
 
Record
SN04758431-W 20171208/171206231013-d16d82239dba1c7f14748fe224f62add (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.