Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
SOLICITATION NOTICE

X -- Yellow Ribbon Event 10 September 2016

Notice Date
7/13/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Connecticut, 360 Broad Street, Hartford, Connecticut, 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS16QF017
 
Point of Contact
Leslie A Fedler,
 
E-Mail Address
leslie.a.fedler.civ@mail.mil
(leslie.a.fedler.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86 dated 12 December 2015. This solicitation number W91ZRS-16-Q-F017 is for the Connecticut Air National Guard (CTARNG). The USPFO for Connecticut intends to award a Firm-Fixed Price contract for Yellow Ribbon Event. This request is due by 03 August 2016 at 01:00 p.m. (Eastern Time). This solicitation is unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 721110 - Hotels (except Casino Hotels) and Motels. The small business size standard for 721110 is $32.5 million in average annual receipts. This is not a solicitation for Event Planning Services or 3rd Party Event Planning Services. This is not a solicitation for Event Planning Services. For a proposal submitted by an offeror that is not a hotel, the offeror must describe in its quote the approach for the offeror's services as a prime contractor (copy of subcontractor/agreement, etc) and must also include a copy of all insurance (s) (standard business, liability, extraordinary insurances) in order to submit a complete quote for evaluation purposes. The offeror must have someone at the event to represent the contract. (Again, this is not a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed non-responsive). Instructions to Offerors 1. All questions shall be in writing. Questions may be faxed to Leslie Fedler at 860-386-4070 or emailed at leslie.a.fedler.civ@mail.mil. Questions must be submitted No Later than 25 July 2016. 2. All quotes are due no later than 01:00 p.m. eastern time, 03 August 2016. Quotes may be faxed to Leslie Fedler at 806-386-4070 or emailed to leslie.a.fedler.civ@mail.mil. a. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error on the fax machine or email address does not change the due date or time. 3. Important information: You are not guaranteed the numbers. They are estimates. They will be changed with correct numbers before the event. Almost always the numbers go down. Basis For Award Award shall be made to a single offeror. 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 most important is Location and then price (in that order). Sam's Registration: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, they may do so through the SAM website at http://www.sam.gov. Payment shall be paid thru the wide area workflow program. All payments are net 30 days. All Offerors must accept this as payment. The wide area workflow website is https://wawf.eb.mil/. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2010) with its offer. Performance Work Statement See attached SOW Parking: Hotel must provide complimentary parking. Location of the hotel preferred is Central Connecticut The following provisions are included in this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3 Alt I, Offerors Representations and Certifications (OCT 2010); FAR 52.217-5, Evaluation of Options; FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment---Certification; FAR 52.222-52, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services---Certification; FAR 52.237-1, Site Visit; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7998 (DEV), Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements---Representation (DEVIATION); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.209-7992 (DEV), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law---Fiscal Year 2015 Appropriations (DEVIATION); DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7035, Buy American---Free Trade Agreements---Balance of Payments Program Certificate; DFARS 252.225-7035 Alt I, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate I); DFARS 252.225-7035 Alt IV, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate IV); DFARS 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services From Certain Foreign Entities---Representations : The following clauses apply to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-18, Commercial Government Entity Code Maintenance; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Condition Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION); FAR 52.212-5 Alt II, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--- Commercial Items (DEVIATION 2013-O0019) (APR 2015) ALTERNATE II (APR 2015); FAR 52.219-6, Notice of Small Business Set - Aside; FAR 52.219.28, Post Award Small Business Program Rerepresentation: 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 52.222-41, Service Contract Act of 1965, (wage determination no. 1996-0239, revision no. 25, date of last revision 02/03/2011); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Contractor Registration; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-2; DFARS 252.201-7000, Contracting Officer's Representative; DFARS; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7999 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION); DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information; DFARS 252.204-7011, Alternative Line Item Structure; DFARS 252.204-7012 Safeguarding of unclassified Controlled Technical Information: DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; 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 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea; Provisions and Clauses for this synopsis/solicitation can be found at http://farsite.hilll.at.mil. Yellow Ribbon Event Requirements Date of Event: 10 September 2016 Time of Event: 0830 - 1500 Setup/ Breakdown: 0630-0830/ 1500-1600 Approximate Total Number of Attendees: Total attendees 217 Airmen: 105 Adults: 74 Youth (6-18 Year old): 20 Children (Under 5): 18   Food and Beverage: • Time: • 0800-0830 Continental breakfast • 1100 snack for kids • 1200-1300 Hot lunch • Menu: Provide menu with quote Additional Requirements: Breakfast and lunch will be setup inside the General Session room. Children will eat in the assigned Child and Youth rooms. Youth menu should not be the same as the adult menu. General Session Room • Must accommodate approximately 179 attendees. • Audio/ Visual Requirements: 2 Projectors/ 2 screen/2 wireless mics/1 audio package. • Setup Style: Skirted Banquet rounds; either 8/10/12 per table • Additional Requirements: Podium in center of room/ coffee & water station Break Out Room • Must accommodate approximately 100 attendees. • Audio/ Visual Requirements: 2 Projectors/ 2 screen/2 wireless mics/1 audio package. • Setup Style: Skirted Banquet rounds; either 8/10/12 per table • Additional Requirements: Podium in center of room/ coffee & water station Child & Youth Room 1: • Must accommodate approximately 9 (5-12 yr olds) plus staff. • Audio/ Visual Requirements: None • Set- Up Style: Skirted Banquet rounds • Additional Requirements: Lunch served in room. Also, a mid-morning snack containing fruits or vegetables will be needed. Avoid any snack containing peanuts. Registration should be set-up outside of their room. Child & Youth Rooms must be adjacent to each other. Child & Youth Room 2: • Must accommodate approximately 8 (13-18 yr olds) plus staff. • Audio/ Visual Requirements: None • Set- Up Style: Banquet rounds • Additional Requirements: Lunch served in room. Also, a mid-morning snack containing fruits or vegetables will be needed. Avoid any snack containing peanuts. Child & Youth Rooms must be adjacent to each other. Child Care Room: • Must accommodate approximately 17 (under 5 children) plus staff. • Audio/ Visual Requirements: None • Set- Up Style: Banquet rounds • Additional Requirements: Registration should be set-up outside of their room. Lunch Served in room. Also, a mid-morning snack containing fruits or yogurt will be needed. Avoid any snack containing peanuts. Child & Youth Rooms must be adjacent to each other Registration Tables: • Number of Tables: 6 • Type of Tables: Skirted rectangular tables with 2 chairs at each • Location of Tables: We would like to have 6 registration tables outside the General Session room. Child & Youth and Child Care should each have one registration table with 2 chairs set up outside their room. Exhibitor Tables: • Number of Tables: 36 • Type of Tables: Skirted 8 ft rectangular tables with 2 chairs • Location of Tables: Outside of the General Session Room • Additional Requirements: Some exhibitors may need electricity. Additional Questions: Request access to storage room the day prior to the event to allow for pre-event staging of equipment. Youth Coordinators are planning to bring own TV/DVD/Video Game equipment to use in Child and Youth room. Are there any restrictions by the venue/hotel operators with the YRP using this equipment? Comments:   1. SERVICE DELIVERY SUMMARY Performance Objective Performance Threshold Complies with Conference Space; Audio/Visual; Meals; Lodging requirements in terms of quality, timeliness and courteousness of employees. Any deficiencies or discrepancies identified to the Contractor POC are corrected. 2. QUALITY CONTROL a. The Contractor shall develop and maintain (or have in place) a quality control program to ensure systematic inspection of designated areas for satisfactory results. The Contractor shall develop and implement procedures to identify and prevent defective services from occurring. As a minimum, the contractor shall develop quality control procedures that address the areas identified in paragraph 2 and 3 (Service Delivery Summary). b. The Contractor shall designate in writing to the Contracting Officer a Primary Point of Contact for this event and an alternate (if needed). A POC shall be available to the Government to coordinate pre-event details and shall be on site during the event to ensure quality performance. 3. QUALITY ASSURANCE a. The Government will periodically evaluate the contractor's performance in accordance with paragraph 3 and 4 and the Government's Quality Assurance Surveillance Plan. b. The Government Contracting Officer (KO) is Leslie Fedler c. The KO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms and shall safeguard the interests of the United States in the contractual relationship. The KO shall also assure that the Contractor receives impartial, fair and equitable treatment under this contract. The KO is responsible for final determination of the Contractor's performance. d. The Government Point of Contact for coordinating this event is: SSG Melody Baber Telephone: 860-524-3276 Email: Melodycheyenne.c.baber.mil@mail.mil Or COR e. The Government POC is not empowered to award, agree to, negotiate any agreement or sign any contract, contract modification or in any other way obligate the payment of money by the Government. The Government POC shall not take any action which may affect contract or delivery order schedules, funds or scope. All contractual agreements, commitments or modifications which involve: price, quantity, quality, delivery schedules or other terms and conditions of the contract shall be made by the Contacting Officer only. f. The Government POC shall be available to the Government to coordinate pre-event details and shall be on site during the event. The Government POC will assist the Contracting Officer, acting as an inspector and monitoring Contractor's performance. g. The Contractor's POC shall be notified of any deficiencies/discrepancies for immediate correction. All such communications shall be documented and forwarded to the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS16QF017/listing.html)
 
Place of Performance
Address: Connecticut, United States
 
Record
SN04181062-W 20160715/160713234818-c2231efdcbf10cb572f6b8a35b34a355 (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.