Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2019 FBO #6411
SOLICITATION NOTICE

V -- KSARNG Yellow Ribbon Event AUG

Notice Date
5/8/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
2737 South Kansas Avenue Topeka KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-19-Q-5721
 
Response Due
5/23/2019
 
Point of Contact
Joseph Weber, Contracting Specialist, Phone 7856460852
 
E-Mail Address
joseph.w.weber6.mil@mail.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is issued as a request for quote (RFQ) and is a Total Small Business Set Aside. The NAICS Code is 721110, with a business size standard of $32.5M. The Government intends to fulfill this requirement by awarding a firm fixed price contract. The Government intends to award a contract to a qualified offeror deemed responsible in accordance with FAR Part 15.101-1(b)(2). This solicitation is for-hotel services for a conference therefore it is exempt as a services contract per FAR 22-1003- 4(d)(iii).. The Kansas Army National Yellow Ribbon Office has a requirement for a Post Deployment Event. The Contractor will be required to furnish labor, material, and equipment necessary to complete the tasks identified in the attached Performance Work Statement (PWS). Federal Acquisition Regulation (FAR) provision at 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. Award will be made to the offeror who provides the Best Value to the government based on Location, Technical Past Performance "Capability", and Price. When combined, Location and Past Performance "Capability" is significantly more important than Price, therefore the government may award this contract to other than the lowest priced proposal. Provision for Evaluation: Award will be made to the contractor whose offer represents the Best Value to the Government. In accordance with FAR Subparts 15.304 and 15.305 and the clause at 52.212-2. The offeror must demonstrate the ability to perform details listed in PWS through past performance within the past three years, over at similar events (Conferences, and events of over 300 people). The Government intends to evaluate proposals and make award without discussions with offerors (except clarifications as described in FAR 15.306(a). Therefore the initial proposal should contain the offerors best terms from a cost or price standpoint. Do not assume that you will have the opportunity to clarify, discuss, or revise your proposal. Offerors may, at the discretion of the Government, be asked to provide more information and clarification regarding their proposal. Request for such information does not constitute discussions. The Government reserves the Right to conduct discussions if the Contracting Officer later determines them to be necessary. Offerors shall submit proposals (by e-mail) including information required by the applicable provisions which outline the following: 1. Pricing/Rate Schedules (forms attached) 2. Offerors most recent hotel and food inspections by state and local governing bodies and insurance certificate(Liability Insurance) (To include Room, Kitchen, Elevator etc) 3. Reasonably available past performance information that is recent and relevant (performance that has occurred within the last three (3) years). Contractor shall submit no more than three (3) Past Performance Documents. 4. In accordance with FAR 52.212-3, proposals must also include completed annual representations and certifications electronically via http://www.acquisition.gov or state the current copy in System Award Management is complete and accurate. Potential contractor must be registered with the System of Award Management (SAM) (https://www.sam.gov/SAM/) prior to award of the contract. Offers are due by 12:00 noon CST on Thursday, May 23, 2019. E-mail to joseph.w.weber6.civ@mail.mil at USPFO for Kansas, 2737 S Kansas Ave, Topeka KS 66611. Faxed proposals will not be accepted. Any questions shall be submitted by e-mail no later than 12:00 noon CST on Monday May 20, 2019 to: joseph.w.weber6.civ@mail.mil Continue to monitor this website for an addendum with responses to questions. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2019). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-JUN-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/NGB/DAHA14/W912JC-19-Q-5721/listing.html)
 
Place of Performance
Address: TBD Topeka, KS
Zip Code: 66610
Country: US
 
Record
SN05337607-F 20190613/190611230031 (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.