Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
SOLICITATION NOTICE

X -- Yellow Ribbon 26 February 2018 - SOW

Notice Date
12/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 177 MSG/MSC, NJ ANG, 400 LANGLEY ROAD, EGG HARBOR TOWNSHIP, New Jersey, 08234-9500, United States
 
ZIP Code
08234-9500
 
Solicitation Number
W912KN-18-Q-6002
 
Point of Contact
Jo Ann Ferguson, Phone: 6097616096, Tammy L Hickerson, Phone: 6097616522
 
E-Mail Address
joann.ferguson11.mil@mail.mil, tammy.l.hickerson.mil@mail.mil
(joann.ferguson11.mil@mail.mil, tammy.l.hickerson.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ SOW Yellow Ribbon 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. The 177th Fighter Wing intends to schedule a Yellow Ribbon Event on 26 February 2018. The preference would be for the location to be within a 50-mile radius from the home base located at 400 Langley Road, Egg Harbor Twp., NJ 08234. (Adjacent to the Atlantic City International Airport) Contractor shall furnish lodging, meals, and meeting space necessary to hold the event as per attached Statement of Work (SOW). Please provide your proposal with the following breakdown: 0001-Lodging 0002-Food and Beverage 0003-Function Rooms 0004-Audio Visual Equipment This solicitation is set-aside 100% for Small Business. The North American Classification System (NAICS) code for this acquisition is 721110-Hotels (except Casino Hotels) and Motels- ($32.5M). The vendor selected must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, contract Terms and Conditions-Commercial Items; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.232-1, Payments; FAR 52.232-18, Availability of Funds; FAR 52.232-23, Assignment of Claims; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.246-2, Inspection of Supplies-Fixed Price; FAR 52.252-5, Authorized Deviations in Provisions. The following clauses will be incorporated in full text for this acquisition: FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; FAR 52.212-2, Evaluation-Commercial Items BASIS FOR AWARD: Price; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items- the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.252-2, Clauses Incorporated by Reference. The following DFARS clause will be incorporated by reference: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.232.7003-Electronic Submission of Payment Requests and Receiving Reports. The following DFARS clause will be incorporated in full text: DFARS 252.211-7003- Item Unique Identification and Valuation; DFARS 252.232-7006 Wide Area Work Flow Payment Instructions. It is the firm's or individual's responsibility to be familiar with applicable provisions and clauses. All Federal Acquisition Regulation (FAR) Provisions and Clauses may be viewed in full text at the Table of Contents via the Internet at http://farsite.hill.af.mil/. All firms or individuals responding must have an active registration with the System for Award Management (SAM) and Wide Area Workflow (WAWF). Information concerning SAM and WAWF registration requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ and https://wawf.eb.mil/. POC for this requirement is MSgt Tammy Hickerson 609-761-6522. Proposals MUST be submitted by email to usaf.nj.177-fw.list.fal-msc-contracting@mail.mil NLT1200hrs, EST, 02 JAN 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28-1/W912KN-18-Q-6002/listing.html)
 
Place of Performance
Address: 400 Langley Road, Egg Harbor Township, New Jersey, 08234, United States
Zip Code: 08234
 
Record
SN04765872-W 20171215/171213231321-678fb7c77845ecb5302bc5e9d7b57b0a (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.