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, 2018 FBO #6047
SOLICITATION NOTICE

78 -- Summer Youth Camp - Package #1

Notice Date
6/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721214 — Recreational and Vacation Camps (except Campgrounds)
 
Contracting Office
Department of the Army, National Guard Bureau, 157 MSG/MSC, NH ANG, 302 Newmarket ST Bldg 145, PEASE ANGB, New Hampshire, 03803-0157, United States
 
ZIP Code
03803-0157
 
Solicitation Number
W912TF-18-T-0010
 
Archive Date
7/7/2018
 
Point of Contact
Corey Caza, Phone: 6037153668
 
E-Mail Address
corey.d.caza.mil@mail.mil
(corey.d.caza.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Quality Assurance Surveillance Plan Performance Requirement Summary Performance Work Statement 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. The solicitation number is W912TF-18-T-0010, and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 721214 - Recreational and Vacation Camps (excepts campgrounds), a small business size standard of $7.5M. This requirement is 100% set-aside for small business, and only qualified vendors may submit quotes. The solicitation will start on the date this solicitation is posted and will end on 22 June 2018 3:00PM Eastern Standard Time (EST). Free On Board (FOB) Destination shall be 1 Minuteman Way, Concord, NH 03301. The Government contemplates award of a Firm-Fixed Price (FFP) contract. The NH National Guard requires the following items (Brand Name or Equal, Meet or Exceed if applicable) : CLIN 0001: Summer Youth Camp, 1 JOB. **Please see the attached Performance Work Statement (PWS) for details.** Period of Performance: 29 July 2018 - 4 August 2018 All technical or contractual questions shall be submitted in writing via e-mail no later than 11:00 am EST on 21 June 2018 to SSG Corey Caza at corey.d.caza.mil@mail.mil. Telephone inquiries will not be accepted. If the Government responses to technical questions affect the PWS requirements or any other portion of the solicitation, then an Amendment of Solicitation will be issued. The subject of your email must include your company's legal name, state the nature of your email and include the Solicitation Number W912TF-18-T-0010. For example, the subject of your email should be similar to the following: Quote Submission by Company XXXXX, Solicitation Number W912TF-18-T-0010 Company XXXXX Question Regarding Solicitation Number W912TF-18-T-0010 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 basis of award is LPTA (Lowest Price Technically Acceptable). LPTA for this requirement is defined as an offer that proposes the lowest price for technical acceptability in meeting or exceeding the required specifications as detailed within the PWS or the solicitation. Quote must be good for 60 calendar days after close of the solicitation. Shipping must be FOB destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. Service Contract Act Wage Determination is to be determined in accordance with the contractor's location. Refer to https://www.dol.gov/sca.aspx The selected offeror must comply with the following (or attached) provisions and clauses: 52.2014-16 Commercial and Government Entity Code Reporting 52.204-22 Alternative Line Item Proposal 52.212-1 Instructions to Offerors - Commerical Item 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities ot Transactions Relating to Iran - Representations and Certfications 252.2.3-7005 Representations Relating to Compensation of Former DoD Officials 252.225-7031 Secondary Arab Boycott of Isreal 52.212-2 Evaluation-Commerical Items 52.212-3 Alt I Offerors Representations and Certifications-Commercial Items 52.219-1 Small Business Program Representations 52.252-1 Solicitation Provisions Incorporated by Reference 252.204-7011 Alternative Line Item Structure 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications. 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions--Commercial Items 52.222-3 Convict Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-41 Service Contract Labor Standards 52.222-50 Combating Trafficking in Persons 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--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 52.247-34 F.O.B. Destination 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American And Balance Of Payments Program-Basic (Dec 2016) 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items JUN 2013 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation 2013-O0019) 52.222-42 Statement of Equivalent Rates for Federal Hires 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 252.232-7006 Wide Area Workflow Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA27-1/W912TF-18-T-0010/listing.html)
 
Place of Performance
Address: 1 Minuteman Way, Concord, New Hampshire, 03301, United States
Zip Code: 03301
 
Record
SN04952227-W 20180614/180612230634-bf54657309f4543a81e2d2032f8bad32 (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.