Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2015 FBO #4836
SOLICITATION NOTICE

R -- AFRC Yellow Ribbon Program Event Planning Services - RFP Standard Form 1449

Notice Date
2/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561920 — Convention and Trade Show Organizers
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, HQ AF Reserve Command, 255 Richard Ray Blvd, Robins AFB, Georgia, 31098-1637
 
ZIP Code
31098-1637
 
Solicitation Number
FA6643-14-R-0027
 
Archive Date
4/2/2015
 
Point of Contact
Verna S. H. Williams, Phone: 4783271611, William G. Calhoun, Jr., Phone: 4783270134
 
E-Mail Address
verna.williams@us.af.mil, william.calhoun.1@us.af.mil
(verna.williams@us.af.mil, william.calhoun.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Addendum to FAR 52.212-1, Instructions to Offerors Performance Work Statement (PWS) Total Evaluated Price Spreadsheet (for evaluation purposes ONLY) Solicitation Description The offeror shall provide event planning services including but not limited to the following: venue management, planning and administrative services, tools, supplies, equipment and travel. More specifically, the successful offeror shall perform the following tasks: (A) secure event lodging (i.e. blocking sleeping rooms required) (B) secure and pay child care (C) secure and pay for meals and refreshments (D) secure and pay for audio visual equipment and personnel support. The maximum number of workshop events are not to exceed up to 40 two-day Yellow Ribbon (YR) Program workshop events per year. These Workshops will be held across the continental United States to include Guam, Saipan, Alaska and Hawaii in support of the Yellow Ribbon Program. Plesase refer to the uploaded PWS for complete description. This is a combined Synopsis/Solicitation for 100% Small Business, commercial services IAW the format in FAR Subpart 12.6. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Proposal (RFP). The Contractor's proposal must include all items listed in this Synopsis/Solicitation. The offeror is instructed to submit their proposal and all supporting documentation via email to the Contracting Specialist referenced for this solicitation. Please refer to the Standard Form 1449 (uploaded) for details that will include the format, Line Item Number Descriptions, Date of Delivery and Place of Delivery. This is for a basic year and four annual option years. The following clauses are applicable to subject solicitation: FAR 52.212-1 (Instructions to Offerors/Commercial Items); FAR 52.212-2 (Evaluation Commercial Items); FAR 52.203-3 (Gratuities (APR 1984)); FAR 52.203-6 (Restrictions on Subcontractor Sales to the Government (SEP 2006) with Alternate I (OCT 1995)); FAR 52.212-3 (Offeror Representations and Certifications Commercial Items); FAR 52.212-4 (Contract Terms and Conditions Commercial Items); FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items); FAR 52.216-18 (Ordering (OCT 1995)); FAR 52.216-19 (Ordering Limitations (OCT 1995)); FAR 52.216-22 (Indefinite Quantity (OCT 1995)); FAR 52.217-9 (Option to Extend the Term of the Contract (MAR 2000)); FAR 52.219-6 (Notice of Total Small Business Set-Aside (JUN 2003)); FAR 52.219-8 (Utilization of Small Business Concerns (MAY 2004)); FAR 52.219-28 (Post award Small Business Program Representation (ARP 2009)); FAR 52.222-3 (Convict Labor (JUN 2003)); FAR 52.222-19 (Child Labor-Cooperation with Authorities and remedies (FEB 1999)); FAR 52.222-21 (Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26 (Equal Opportunity (MAR 2007)); FAR 52.222-36 (Affirmative Action for Workers with Disabilities (JUN 1998)); FAR 52.222-37 (Employment Reports on Special Disabled Veteransof the Vietnam Era and Other Eligible Veterans (SEP 2006)); FAR 52.224-1 (Privacy Act Notification (APR 1984)); FAR 52.224-2 (Privacy Act (APR 1984)); FAR 52.225-1 (Buy American Act-Supplies (FEB 2009)); FAR 52.232-33 (Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)); DFAR 252.211-7003 (Item Identification and Valuation); AFFARS 5352.201-9000 (Ombudsman (NOV 2012)). The NAICS Code involved is 561920, Convention & Trade Show Organizer, with a size standard of $11.0 million in annual revenue. Payment will be made via Wida Area Workflow (WAWF) IAW DFARS 525.232-7003 (Electronic Submission of Payment Requests and Receiving (JUN 2012)). The Performance Work Statement (PWS) is attached for further details. The AFRC Yellow Ribbon Reintegration Program (YRRP) is managed by AFRC/A1R located at Robins AFB, GA. Support is required for the implementation of the program and is issued by NDAA FY 2010, dated 7 July 2010 (attached), directing the National Guard and Reserve to establish a "Yellow Ribbon Reintegration Program" that would provide deployment support and reintegration programs for all National Guard and Reserve members (deployed 90 days or more) and their families. The Yellow Ribbon Workshop events is designed to ameliorate stress caused by deployment(s) as it provides the support and avenue to facilitate and re-integrate the deployed member back into his/her family by providing a non-threatening environment in which to identify and address potential issues that may arise during post-deployment reintegration. The ultimate goals of the Yellow Ribbon Workshop events are to improve the psychological health of the reservist and his/her family while increasing the resiliency of the reservists and family members with better coping skills for future assignments and/or deployments. The selected contractor shall be Certified in the following: Certified Meeting Planner (CMP), established by Convention Industry Council in 1985 and also Certified in Meeting Management (CMM) or higher with a capability of planning/supporting up to 3 simultaneous events with a maximum of 40 events a year. Funds are not presently available for this requirement. No award will be made until funds are available to make payments for this contract. The Government reserves the right to cancel this Synopsis/Solicitation either before or after bid opening/RFP closing with no obligation to the offeror by the Government. We are currently anticipating a proposal due date of 18 March 2015 with an award date of 1 April 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/HQAFRC/FA6643-14-R-0027/listing.html)
 
Place of Performance
Address: Multiple locations as indicated in the PWS., United States
 
Record
SN03644585-W 20150220/150218234623-43b85bbc809e796d7c1d7595a9921daf (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.