SOLICITATION NOTICE
X -- YRRP EVENT NOV2017 - Statement of Work
- Notice Date
- 10/10/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, 126 MSG/MSC, IL ANG, 2101 GOLF COURSE ROAD, SCOTT AFB, Illinois, 62269-5000, United States
- ZIP Code
- 62269-5000
- Solicitation Number
- W91SMC-18-Q-2601
- Archive Date
- 12/1/2017
- Point of Contact
- Jamie Betzinger, Phone: 6182225116, TAMMY Y KNOWLES, Phone: 6182225112
- E-Mail Address
-
jamie.l.betzinger.mil@mail.mil, tammy.y.knowles.mil@mail.mil
(jamie.l.betzinger.mil@mail.mil, tammy.y.knowles.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work, YRRP Nov17, 10OCT17, 8 pages This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 separate Request for Proposal (RFP) will not be issued. The solicitation number is W91SMC-18-Q-2601 and is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions are those in effect though Federal Acquisition Circular 2005-69 and DFARS change notice 20130808. This purchase is 100% SET ASIDE FOR SMALL BUSINESS CONCERNS. This NAICS code is 721110 and the size standard is $32.5 million. All work should be in accordance with: Statement of Work, YRRP Nov 2017, 10OCT17, 8pgs. Details can be found in the paragraphs listed in each Description. Special Notes and Instructions: The vendor shall submit the response to this RFQ via email to: SMSgt Tammy Knowles, E-mail: tammy.y.knowles.mil@mail.mil and TSgt Jamie Betzinger, E-mail: Jamie.l.betzinger.mil@mail.mil, no later than 12:00 noon CST on Monday, October 30, 2017 ( or sooner if possible) in order to be considered timely. Any quote, modification, revision, or withdrawal of a quote received after the exact time specified for receipt of quote is "late" and will not be considered, unless the Contracting Officer determines that accepting the late quote would not unduly delay the award and acquisition or it was the only quote received. •1. This is a notice that this order is a total set-aside for a small business concern. Only quotes submitted by a small business concern will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern will not be considered for award. •2. Basis for Award. The 126 th Contracting Office will issue a firm-fixed price contract. •3. Best Value Determination. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. •4. Mandatory Registrations. To be eligible for award, registration with the System for Award Management (SAM), must be current. To register or update former CCR and Reps & Certs that are not current go to https://www.sam.gov/portal/public/SAM/ and provide mandatory information. •5. Discussions. The government intends to award a purchase order without discussions with respective vendors/quoters. The government, however, reserves the right to conduct discussions if deemed in its best interest. •6. Applicable provisions and clauses: The following provisions and clauses are applicable to this RFQ. For full text reference, go to www.arnet.gov or http://farsite.hill.af.mil. The selected offeror must comply with the following provisions and clauses, which are incorporated herein by reference: 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 Code 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; FAR 52.212-3 ALT 1, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. 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 52.219-6, Notice of Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Representation; 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 While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds-System for Award Management; 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; FAR 52.252-5, Authorized Deviations in Provisions; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7994, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements; DFARS 252.204-7011, Alternative Line Item Structure; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7035 ALT IV, Buy American - Free Trade Agreements - Balance of Payments Program Certificate (Alternate IV); DFARS 252.225-7036 ALT IV, Buy American - Free Trade Agreements - 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 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-1/W91SMC-18-Q-2601/listing.html)
- Place of Performance
- Address: Within 40 miles of St. Louis, MO, St Louis, Missouri, United States
- Record
- SN04709505-W 20171012/171010230908-b5dd0512f3afdee872a60f21b413f87f (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 |