Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2015 FBO #5069
SOLICITATION NOTICE

V -- Yellow Ribbon Event 13-15 Nov 15 - SOW

Notice Date
10/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 128 ARW/LGC, GENERAL MITCHELL IAP ANG BASE, 1919 E. GRANGE AVENUE, MILWAUKEE, Wisconsin, 53207-6199
 
ZIP Code
53207-6199
 
Solicitation Number
W912J216Q2501
 
Archive Date
11/7/2015
 
Point of Contact
Kristin Franecki, Phone: 4149448517
 
E-Mail Address
kristin.n.franecki.mil@mail.mil
(kristin.n.franecki.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Proposal Spreadsheet SOW for 13-15 Nov 15 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. The Wisconsin Air National Guard intends to issue a firm fixed priced purchase order for Conference Space, Meals and Lodging for the following events/dates. Event: Yellow Ribbon (see attached Statement of Work) Dates: Nov 13-15, 2015 Location: Wisconsin Dells, WI PREPARING AND SUBMITTING YOUR QUOTE: The Government plans to make a single award for this event. Reply with your quote for the event as your schedules permit. Please return the attached proposal with the requested pricing. Your firm's standard quote documents can be submitted but should not omit any of the information as requested in this document or the Quote Sheet. Be sure to submit/attach enough additional information to enable the Government to fully ascertain compliance with the stated specifications. QUOTES are due by 1pm (Central), Friday, October 23, 2015 EVALUATION: The Government plans to 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. Price and Past Performance factors shall be used to evaluate offers. All questions and answers must be in writing. Email all questions to kristin.n.franecki.mil@mail.mil. Questions must be received no later than two business days prior to the quote due date. All questions and the answers provided will be released to all eligible offerors on a nonattribution basis. All terms and conditions remain unchanged unless amended in writing. Invoicing will be requried through WAWF at https://wawf.eb.mil/ and vendors are required to be registered in SAM at https://www.sam.gov/portal/SAM/#1 Due to the current unavailability of government accounting systems, funds are not presently available reference FAR 52.232-18 Availability of Funds. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; FAR 52.204-7, System for Award Management; FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5 DEV, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for Workers With Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; FAR 52.232-1, Payments; FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management; FAR 52.233-2, Service of Protest; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-1 Site Visit; FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation; FAR 52.243-1, Changes -- Fixed-Price; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses 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 252.204-7004 ALT A, System for Award Management; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.211-7008, Use of Government-Assigned Serial Numbers; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.247-7023, Transportation of Supplies by Sea. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-2/W912J216Q2501/listing.html)
 
Place of Performance
Address: Wisconsin Dells, Wisconsin, United States
 
Record
SN03917803-W 20151010/151008234517-75e9f6a668648aeec7e84a420c112fc6 (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.