Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
MODIFICATION

V -- 230th & 105th YELLOW RIBBON - Solicitation 1

Notice Date
7/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Tennessee, PO Box 40748, Nashville, Tennessee, 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-18-Q-0552
 
Archive Date
8/4/2018
 
Point of Contact
Rhonda Lien, Phone: 6153130530
 
E-Mail Address
rhonda.m.lien.civ@mail.mil
(rhonda.m.lien.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REVD SOLICIATION with corrected dates This is a combined synopsis/solicitation for the 1/230th AVN & the 105th PSD National Guard Service Members - Yellow Ribbon Pre-Deployment prepared in accordance with the format in Subpart 15.101-2 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being solicited and this is the written solicitation. Solicitation number W912L7-18-R-0004 is hereby issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 effective 15JUNE & 16 JULY 2018. This requirement is being advertised SMALL BUSINESS set-aside and the North American size standard is $32.5M Industry Classification System (NAICS) Code is 721110. This award is subject to the Service Contract Act, http://www.wdol.gov/sca.aspx THURSDAY 2 AUG - FRIDAY 3 AUG 2018 - EVENT DATES The location for the event is Nashville, Murfreesboro, Franklin/Brentwood, TN, 2-3 AUG 2018. Proposals are due in this office no later than 20 JULY 2018, FRIDAY @ 11:00am (CST) local central daylight time. The proposal should be emailed to rhonda.m.lien.civ@mail.mil Point of Contact (POC) referencing this solicitation is Rhonda Lien at 615-313-0530. All information and requirements are listed in the Performance Work Statement. Evaluation factors for this award are based on lowest price technically acceptable by the government and the ability to meet the requirements of the Performance Workstatement. Offeror MUST provide Tax ID and CAGE Code and DUNN's# with proposal. Offeror must be certified in www.SAM.gov (ORCA certified). This will be a determining factor in the award process if the offeror is not current in their certification. (ORCA is located at SAM) https://www.sam.gov/portal/public/SAM/. Please return the Excel RFP and attach a menu with your proposal THIS SOLICIATION WILL CLOSE 20 JULY 2018, FRIDAY @ 11:00am CST. 52.212-2 EVALUATION - COMMERCIAL ITEMS 1. Guest Lodging - Vendor will provide a block of 20 guest rooms requesting pre-diem rate. a. 10 guest rooms will be designated for Yellow Ribbon Program Service Members. Check in on Thursday, 02 August 2018 and check out Friday, 03 August 2018Guest rooms will be blocked for Yellow Ribbon Program and will not be under the same room block for staff. b. All guest rooms designated for Yellow Ribbon Participants will neither be included in the final quote nor will it be considered a contingent of award consideration, but is desired for the convenience of travelers. Rooms will be paid outside of the contract by individual guests. 2. Staff Lodging - Vendor will provide a block of 10 Staff rooms x 1 night requesting pre-diem rate. These rooms will be paid separately, not on contract. a. 10 guest rooms will be designated for TN-ARNG Family Readiness event staff. Thursday, 02 August 2018 and check out Friday, 03 August 2018. Guest rooms will be blocked for TN-ARNG Event Staff and will not be under the same room block for Yellow Ribbon Service Members. b. All guest rooms designated for Yellow Ribbon Participants will neither be included in the final quote nor will it be considered a contingent of award consideration, but is desired for the convenience of travelers. Rooms will be paid outside of the contract by individual guests. 3. Conference Rooms - Vendor will provide 5 conference rooms total for the event (1 General Sessions 350 pl, (See PWS for more details) a. General Session maybe used for dining area for lunch b. Please read ALL AV REQUIREMENTS 4. Lobby Area for Vendors - Vendor will provide lobby area for event registration and vendor display for 10 vendors. a. One (1) 6ft or 8ft table per vendor; two (2) chairs per table; and complimentary water station. b. Designated vendor area will be located in close proximity to the General Sessions room. c. Wireless internet capability is required to efficiently accommodate no less than 15 computers 5. Meals - Breakfast and Lunch will be included, please refer to the PWS. 6. Security Requirements - Vendor will be required to complete National Agency Check (NAC) SF85P. Obtain any clearances that are required to conduct duties for TN-ANG. a. Vendor will lock all conference rooms nightly when not in use. 7. Audio Visual - See PWS for details (Conference Room 4.0/7.0) 8. Lowest Price Technically Acceptable for the Government and meet the needs of the Solicitation/Performance Work Statement. Notification of award or acceptance of an offer will be emailed to the contractor. A. 52.203-3 GRATUITIES B. 52.203-6 ALT 1 RESTRICITIONS ON SUBCONTRACTOR SALES TO THE GOVT C. 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements D. 52.204-4 PRINTED or COPIED DOUBLE-SIDED on POSTCONSUMER FIBER CONTENT PAPER E. 52.204-09 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL F. 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS G. 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING. H. 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE. I. 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS. J. 52.204-22 ALTERNATIVE LINE ITEM PROPOSAL (JAN 2017) K. 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT L. 52.209-10 - PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS. M. 52.211-6 BRAND NAME OR EQUAL N. 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS O. 52.212-3 ALT 1 OFFEROR REPRESENTATIONS AND CERTIFICATION - COMMERCIAL ITEMS P. 52.212-4: CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS Q. 52-212-5 (DEV) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2016) R. 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS. S. 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION T. 52.222-3 CONVICT LABOR. U. 52.222-21 PROHIBITION OF SEGREGATED FACILITIES. V. 52.222-26, EQUAL OPPORTUNITY (Mar 2007) (E.O. 11246) W. 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (Sep 2010) (38 U.S.C. 4212) As prescribed in 22.1310(a)(1), insert the following clause: Equal Opportunity for Veterans (Oct 2015) (a) Definitions. As used in this clause-- "Active duty wartime or campaign badge veteran," "Armed Forces service medal veteran," "disabled veteran," "protected veteran," "qualified disabled veteran,' and "recently separated veteran" have the meanings given at FAR 22.1301. (b) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-300.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified protected veterans, and requires affirmative action by the Contractor to employ and advance in employment qualified protected veterans. (c) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts of $150,000 or more unless exempted by rules, regulations, or orders of the Secretary of Labor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate of identify properly the parties and their undertakings. [Class Deviation- 2017-O0008, Office of Federal contract Compliance Programs Waiver of Certain Clause Requirements in Contracts for Hurricane Harvey Relief Efforts. This clause deviation is effective on Sept 01, 2017, and remains in effect until incorporated into the FAR, or otherwise rescinded. (d) Notwithstanding the provisions of this section, the Contractor will not be obligated to develop the written affirmative action program required under the regulations implementing the Vietnam Era Veterans' Readjustment Assistance Act (VEVRAA). (End of Clause) Alternate I (Jul 2014). As prescribed in 22.1310(a)(2), add the following as a preamble to the clause: Notice: The following term(s) of this clause are waived for this contract: _____________________ [List term(s)]. X. 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES Y. 52.222-37 EMPLOYMENT REPORTS ON VETERANS Z. 52.222-40 NOTIFICATION OF EMPLOYE RIGHTS UNDR THE NATIONAL LABOR RELATIONS ACT AA. 52.222-41 SERVICE CONTRACT LABOR STANDARDS. BB. 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES CC. 52.222-44 FAIR LABOR STANDARDS ACT & SERVICE CONTRACT DD. 52.222-50, COMBATING TRAFFICKING IN PERSONS (Feb 2009) (22 U.S.C. 7104) EE. 52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION (Jan 2009). FF. 52.222-55 MINIMUM WAGES UNDER EXECUTIVE ORDER 13658. GG. 52.222-62 PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 HH. 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING. II. 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES JJ. 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT KK. 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS. LL. 52.233-2 SERVICE OF PROTEST Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from ______________________. [Contracting Officer designate the official or location where a protest may be served on the Contracting Officer.] Contracting Officer's Name Houston Barracks USPFO- Purchasing & Contracting, RM 202 3041 Sidco Drive, Nashville, TN 37204 Preferably send email to Contracting Officer (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) MM. 52.233-3 PROTEST AFTER AWARD. NN. 52.233-4 APPLICABLE LAW OF BREACH OF CONTRACT CLAIM OO. 52.237-1 SITE VISIT. PP. 52.252-2 CLAUSES INCORPORATED BY REFERENCE. a. http://farsite.hill.af.mil/ QQ. 52.239-1 PRIVACY OR SECURITY SAFEGUARDS. RR. 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES. 52.252-6 -- Authorized Deviations in Clauses. As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert "(Deviation)" after the date of the clause. 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 _____. [insert regulation name] (48 CFR _1____) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. * 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE. * 252.203-7000 REQUIREMENTS RELATING OF COMPENSATION OF FORMER DoD OFFICIALS252.203-7000 REQUIREMENTS RELATING OF 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. * 252.204-7009 LIMITATIONS ON THE USE OF DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION * 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE. * 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT * 252.222-7007 REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS * 252-225-7012 PREFERENCEE FOR CERTAIN DOMESTIC COMMODITIES * 252.225-7031 SECONDARY ARAB BOYCOTT OF ISRAEL. * 252.225-7035 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (ALTERNATE I) * 252.225-7050 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM * 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) - * 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS. * 252.232-7010 LEVIES ON CONTRACT PAYMENTS. * 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL * 252.243-7002 REQUEST FOR EQUITABLE ADJUSTMENT * 252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (b) Representation. The Offeror represents that it- _____ Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. __X___ Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) * 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA Performance Work Statement Objective: The objective of this contract is to provide a Yellow Ribbon Pre-Deployment Briefing for TN-ARNG Service Members and dependents of the 1/230th AVN & the 105th PSD. The Contractor will perform a wide range of administrative tasks for the Family Programs, (J9) that include the formation and administration of various projects as detailed in this PWS. Deliverable Performance Standard Acceptable Quality Level (AQL) Method Used / Frequency Lodging 3.0 - 3.4 Lodging * Rooms were acceptable to 93%-98%? * Rooms were available for check-in on time? * Rooms were clean at check-in? COR Survey after event Conference Rooms 4.0 - 4.3.1 Conference Rooms * Conference Rooms were set-up as requested per PWS? * Conference Rooms were clean before start of event * All A/V request were met per PWS? Lobby 5.0 - 5.1.1 Lobby * Lobby area was clean and clear for vendor set-up? * Vendor tables were set-up and presentable? Meals 6.0-6.4.2 Meals * Meals were delivered on time? * Meals were hot and acceptable flavor? * All meals request were met per PWS? Security 8.0-8.2 Security * Were the children safe at all times and out of harm's way? * Verify Proper documentation 1.0 Organizational Analysis Army National Guard (ARNG): Source: (http://www.arng.army.mil/Pages/Default.aspx) Vision is to be a "Ready, reliable, and accessible force that maintains its relevancy now and through the millennium". Mission is "To provide combat capability to the war fighter and security to the homeland." Specifically, to provide ready units to the state and nation in three critical roles: * Federal Role: To support national security objectives * State Role: To protect life and property, and to preserve peace, order, and public safety. * Community Role: To participate in local, state, and national programs that add value to America 2.0 Technical Specifications: 2.1 LOCATION(S) Chose only - 1. Franklin, Murfreesboro, or Nashville, TN 2.2 The following technical specifications are provided to help potential contractors better understand the task environment in which the services will be delivered. The following specifications are required to successfully deliver the required service and support task order objectives. The contractor is encouraged to exceed these minimum technical specifications to demonstrate its technical, operational, and administrative expertise in support of customer's organizational and departmental objectives. 2.3 If contract is awarded based on a third party bid, the contractor must be on-site for duration of event to ensure proper delivery of services. Contractor is responsible for all fees, deposits, and taxes. The Contractor must be able to meet all deadlines per the Performance Work Statement. The contractor is responsible to provide answers for evaluation points and delivery schedules for all items. Contractor representation is required to be located to be on site for full performance period. 3.0 Lodging: The Contractor will: 3.1 Vendor will make available a block of twenty (20) guest rooms for one night each. Guests will check in on Thursday, 2 August 2018 and check out Friday, 3 August 2018. * 10 guest rooms will be designated for Yellow Ribbon Program Service Members. Guest rooms will be blocked for Yellow Ribbon Program and will not be under the same room block for staff. * 10 guest rooms will be designated for TN-ARNG Family Readiness event staff. Guest rooms will be blocked for TN-ARNG Event Staff and will not be under the same room block for Yellow Ribbon Service Members. 3.1.1 ALL guest rooms reserved will not be included in the final quote and will be paid outside of the contract by individual guests. However, the guest rooms will be needed at the same location and on the same dates, and will be considered part of the award consideration. 3.1.2 Vendor may release administrative block of 20 guest rooms for event no sooner than 12pm, 30 July 2018. 3.3.2 Any costs charged to the room such as telephone usage, movies, video games/equipment rental, mini bar usage, room service or any other charge above and beyond the daily rate, will be at the occupants expense and will not be allowable under this contract. (Hotel is liable to collect any additional charges) 3.4 TNARNG requests the federal per diem rate for all standard rooms (staff & participant) for the Family Readiness Support Training event. 4.0 Conference Rooms: The Contractor will: 4.1 General Session: Coordinate one (1) conference room to comfortably seat 350 people. Contract will include: * Table arrangement in banquet layout with preference of eight (8) people per table, but no more than ten (10) people per table; * Table arrangement will have a center isle; * One (1), 6 ft. or 8 ft. table placed at the front of the room; * Two (2), 6ft. or 8ft tables placed at the rear of room; * One (1) American Flag; state flag is optional; * Audio Visual support (ref. 7.1); * Complimentary water station in room; * This room may be used as dining area for the lunch banquet. 4.1.1 Four (4) 6 ft. or 8 ft. tables, with chairs, are required outside of the general session conference room for registration purposes. 4.1.2 General Session conference room is required from 10:00am, 2 August through 4:00pm, 3 August 2018. 4.1.3 Vendor will lock room each evening when not in use. 4.2 Small Interest Groups: Coordinate two (2) conference / break-out rooms: * Each room will comfortably accommodate 100 adults. * Seating will be arranged in a classroom style; * Rooms will be located in close proximity to the general session room; * One (1) 6ft or 8ft table placed at the front of the room; * Audio Visual (ref 7.2). 4.2.1 Room designated for Adult groups is required from 10:00am, 2 August 2018 through 5:00pm, 3 August 2018. 4.2.2 Vendor will lock room each evening when not in use. 4.3 Childcare Breakout Rooms: Coordinate two (2) conference/ break-out rooms: * Room will accommodate 15 children with both tables & chairs and open play space * One (1) table and two (2) chairs required outside of each room for registration * One (1) table and two (2) chairs in each room for training materials. * Room requires an in-room lavatory or be located within immediate access to public restrooms. * In-room water station is required. * Rooms will be used for Youth lunch banquet; * Audio Visual (ref 7.3). 4.3.1 Room designated for Youth Programs is required from 10:00am, 2 August 2018 through 5:00pm, on 3 August 2018. 5.0 Lobby/ Vendor Display Areas: 5.1 Vendor Display: Compose one (1) area to accommodate ten (10) vendors: * One (1) 6ft or 8ft table per vendor; * Two (2) chairs per table; * Wireless internet access; * Access to one (1) Ethernet port (ref 7.5) * Complimentary water station; * Located in close proximity to the General Session room. 5.1.1 Space is required from 2:00pm, 2 August 2018 through 5:00pm, on 3 August 2018. 6.0 Meals: 6.1 Breakfast: Vendor will provide a full breakfast buffet on Friday, 2 August 2018, for 350 people consisting of a variety of the following: * Beverages will consist of: caffeinated and decaffeinated coffee, hot tea assortment, iced water(not bottled), orange juice, and milk; * sliced seasonal fruit; * ham, bacon, or sausage; * breakfast potatoes; * eggs- any style; * biscuits with butter & jelly assortment; * muffins or pastries. 6.2.1 Breakfast will be served: 7:00 - 8:15am. 6.2.2 Breakfast pastries/muffins, fruit, coffee, and tea will be left for consumption after the breakfast service has closed. Items will be removed only after depletion or to prepare for the service of the next meal. 6.2.3 Coffee and tea will be refreshed between meals. 6.3 Lunch: Vendor will provide lunch on Friday, 3 August 2018, for 350 people. Lunch items will include: salad, a choice between two (2) entrees/meats and a minimum of two (2) vegetables/side items, bread/rolls, one (1) dessert, and a drink per person. * The salad will not be considered as one of the vegetable/side item requirements. * Beverages will consist of ice water, iced tea (both sweet & un-sweet), and lemonade. * Vendor will provide linen table cloths for each dining table. * Meal will be served buffet style. Vendor will provide servers for beverage refreshment and dish removal during mealtime. * Serving portions will be a minimum of the following: meat - 8oz.; vegetables - 4oz. each; bread - 1 dinner roll; dessert - 1 serving, 6oz. each. 6.3.1 Lunch will be made available from 11:00am - 12:30. 6.3.2 Dessert and coffee will be included in the total cost of the lunch meal but will be offered to event participants for consumption at 2:00pm. 6.4 Lunch: Vendor will provide a lunch meal for 30 children on Friday, 3 August 2018. 6.4.1 Children's menu will include, but not be limited to, entrees, side items and desserts generally considered "kid friendly". Meals may include a combination of entrees & side items such as grilled ham & cheese sandwiches, chicken tenders, pizza, French fries, macaroni & cheese, pasta salad, fruit salad, fruit flavored gelatin, cookies, etc. Beverages will consist of ice water, milk and lemonade. * Serving portions will be a minimum of the following: meat - 5oz.; vegetables /side items- 3oz. each; bread - 1 dinner roll; dessert - 1 serving, 3oz each. * Foods containing potential allergens, such as peanuts, tree nuts, shellfish, and soy, will not be served for children's meal. 6.4.2 Children's lunch will be served in the designated youth classroom area from 11:00-12:00pm. 7.0 Audio Visual/Internet: 7.1 General Session: Vendor will provide all AV needed to support program presentation on dual screens for efficient viewing: * Speaker's platform; * Podium; * Projector, 2 each; * 10ft - 12ft screen (approximate) 2 each; * Both a hand-held & wireless microphone; * Speakers/sound system; * Required ancillary or necessary equipment required for the operation of program presentation to be mirrored on each projector screen i.e.: soundboard; coaxial; HDMI/VGA cords, connecters and adapters; power strips; extension cords, etc.; * Wireless internet access; * On call technical support. 7.2 Small Break-outs: Vendor will provide for each small group session room (2 total, each): * Projector * Projector screen; 6' approximate size 7.3 Childcare Breakout rooms: Vendor will provide one (1) of each item per room (2 total; each): * TV, DVD player * All ancillary equipment (power cord, extension cord, power strip, remote control, etc.) required for operation. 7.4 Lobby/ Vendor Disiplay Area: * Wireless internet capabilities required to efficiently support all vendors; * Access to one (1) Ethernet port. 8.0 Security Requirements: 8.1 The contractor will be required to complete National Agency Check (NAC) SF85P. Obtain any clearances that are required to conduct duties for TNARNG. 8.2 Vendor will lock all conference rooms nightly when not in use. 8.3 OPSEC - Answer Yes 9.0 Miscellaneous: 9.1 When submitting a proposal all vendors MUST provide Cage Code, Dun and Bradstreet number, Tax identification number, and vendors must already have their Representations and Certifications completed in https://www.sam.gov/portal/public/SAM/#1 prior to submission of proposal. 9.1.2 Contract Specialist for this Request for Proposal is Rhonda Lien, rhonda.m.lien.civ@mail.mil, and Phone: 615-313-0530. Please call if there are any questions pertaining to this request. 9.1.3 Contracting Officer's Representative (COR) for the event is MAJ Tim Roberts, TNARNG State Family Program Director, timothy.e.roberts7.mil@mail.mil, Phone: 615-313-0994. 10.0 Hours of Operation: 10.1 The contractor will perform the services during the "Yellow Ribbon Pre-Deployment Brief" event beginning 10:00am, 2 August, through 5:00pm, 3 August 2018. 10.1.1 Check-in for the hotel guests will be NLT 3:00pm on day of arrival. 10.1.2 A late check-out will be extended to all event participants and staff on day of departure. 10.2 Vendor will not contract with any other party for use of the same occupied space during anytime of specified hours of operation. 11.0 Contractor Manpower Reporting. 11.1 The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://www.ecmra.mil/Login.aspx The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract Number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the website. Quality Assurance Plan: The Contracting Officer's Representative (COR) will monitor contractor performance and complete the Quality Assurance Worksheet provided below on a monthly basis. The Quality Assurance Worksheet will be submitted directly to the Administering Contracting Officer with a copy to the Contracting Officer Representative (COR) following the first month of performance following the service. Future months will be submitted to the Contracting Officer only, unless COR involvement is warranted (i.e. anything other than green). The COR will assume a quality performance rating of "Green" on all measured deliverables unless otherwise notified. The quality rating may change from "Green" to "Red" without notice. We anticipate the COR utilizing the "Yellow" quality rating to alert the contracting office and the COR of quality issues that have the potential for a "Red" quality rating if corrective action is not taken. By approving service and/or deliverables on the worksheet, the COR confirms the quality performance rating of "Green" unless otherwise annotated. The Contracting Officer listed in the contract will provide the Contractor with a copy of all rating worksheets that are other than green. At the end of the performance period, the COR will be asked to complete a Quality Performance Review to document the quality performance rating. This will be submitted to the Contracting Officer. If there are any ratings other than green a copy will be furnished to the contractor. The COR may submit a Quality Assurance Worksheet at anytime and as often as necessary to document quality levels. If Contractor response to an identified quality deficiency is unsatisfactory, the Contracting Officer will contact the appropriate Contractor representative to implement a plan of action to remedy the identified deficiency. Rating Description Green Yes performance and technical specifications are being met at AQL. Yellow Yes, performance and technical specifications are currently being met at the minimum AQL, but the following service / deliverable needs contractor attention. The Customer must identify what component of the deliverable and/or service requires attention. Red No, performance and technical specifications are not being met at AQL and the following service / deliverable needs immediate contractor resolution. The Customer must identify what component of the deliverable and/or service is below the minimum AQL. QUALITY ASSURANCE WORKSHEET Performance Work Statement #____________ Family Readiness Leadership Training name:___________________________________ Performance Rating Deliverable/Service ü Quality Rating Causative Factors Effect on Mission Action /Date Lodging Green Comments Unnecessary for "Green" QA Rating Yellow Red Conference Rooms Green Comments Unnecessary for "Green" QA Rating Yellow Red Lobby Green Comments Unnecessary for "Green" QA Rating Yellow Red Meals Green Comments Unnecessary for "Green" QA Rating Yellow Red Security Green Comments Unnecessary for "Green" QA Rating Yellow Red Red Red Approved by: Date: ___________________ (Contracting Officer's Representative) 1/230th AVN PR 11207817
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-18-Q-0552/listing.html)
 
Place of Performance
Address: 3041 SIDCO DRIVE, NASHVILLE, Tennessee, 37204, United States
Zip Code: 37204
 
Record
SN04994826-W 20180719/180717231000-4e8501abe7379c872d7b98aa83e4709a (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.