SOLICITATION NOTICE
99 -- WA Guard Yellow Ribbon Event Feb 17 - Statement of Work
- Notice Date
- 1/20/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, 194 MSG/MSC, WA ANG, 101 41st Division Way, Camp Murray, Washington, 98430, United States
- ZIP Code
- 98430
- Solicitation Number
- W912K317T3001
- Archive Date
- 2/16/2017
- Point of Contact
- Matthew J. Berube, Phone: 2535122186, Robert J Burke, Phone: 2535122178
- E-Mail Address
-
matthew.j.berube2.mil@mail.mil, robert.j.burke2.mil@mail.mil
(matthew.j.berube2.mil@mail.mil, robert.j.burke2.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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. Solicitation Number W912K317T3001 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94, Dated 19 January 2017 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20161222. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is under North American Industry Classification Standards (NAICS) code 721110. This RFQ is for a Firm Fixed Price (FFP) contract, with 100% set aside for a Total Small Business. The Government intends to award a contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quote conforms to all of the RFQ's requirements and is judged to represent the best value to the Government in accordance with the evaluation scheme set forth in this RFQ. Evaluation will be based upon lowest price technically acceptable (LPTA), and delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive. In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. Government POC: Government POC will be provided at time of award. Any changes must be coordinated through the government POC and approved in writing by the Contracting Officer. The date, time and request for quote offers are due by 1 February 2017 at 2:00 P.M. PST to matthew.j.berube2.mil@mail.mil. Electronic offers preferred. All questions must be submitted by email no later than 24 hours prior to bid close date. Please send all questions in email. Description of Requirements: The contractor will provide meeting space, catered meals, and lodging for the Yellow Ribbon Reintegration Event in the Olympia/Seattle/Tacoma, WA region with a minimum rating of three stars for the venue. 24 February 2016 1700-2000 hours 25 February 2016 0700-1800 hours 26 February 2016 0700-1800 hours CLIN 0001: Conference Space. Includes Audio/Visual and light refreshment costs. Quantity: 1 EA Total: _______ Grand Total: _______ CLIN 0002: Dinner Meals (Friday 24 Feb) Quantity: 350 meals (300 adults and 50 children) EA Total: _______ Grand Total: _______ CLIN 0003: Breakfast Meals (Saturday 25 Feb) Quantity: 500 meals (450 adults and 50 children) EA Total: _______ Grand Total: _______ CLIN 0004: Lunch Meals (Saturday 25 Feb) Quantity: 500 meals (450 adults and 50 children) EA Total: _______ Grand Total: _______ CLIN 0005: Dinner Meals (Saturday 25 Feb Quantity: 350 (160 adults and 30 children) EA Total: _______ Grand Total: _______ CLIN 0006: Breakfast Meals (Sunday 26 Feb) Quantity: 350 meals (300 adults and 50 children) EA Total: _______ Grand Total: _______ CLIN 0007: Lunch Meals (Sunday 26 Feb) Quantity: 350 meals (300 adults and 50 children) EA Total: _______ Grand Total: _______ CLIN 0008: Lodging (Army Guard) Quantity: 250 rooms for 2 nights double occupancy (500 total) EA Total: _______ Grand Total: _______ CLIN 0009: Lodging (Air Guard) Quantity: 50 rooms for 1 night only double occupancy EA Total: _______ Grand Total: _______ Extended Description: SEE ATTACHED STATEMENT OF WORK PROVISIONS AND CLAUSES C l a us e s m a y b e a c ce ss e d e l ec t r oni c a l l y in f ull t e x t th r ou g h http:// far sit e.hill. af.mil. C ont rac to r s must be ac tiv e l y r e g ist e r e d with www.SAM.gov and W ide A re a W o r k F low ( W A W F ) a t http://w a w f. e b. mil. FAR 52.204-7, System for Award Management Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Maintenance FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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 technical acceptability of all items are the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at sam.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total 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 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 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 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials 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 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b525ec7e02c51822f827b710f9726d59)
- Record
- SN04376743-W 20170122/170120234110-b525ec7e02c51822f827b710f9726d59 (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 |