SOLICITATION NOTICE
V -- YELLOW RIBBON REINTEGRATION EVENT - STATEMENT OF WORK - YELLOW RIBBON EVENT PRICING WORKSHEET
- 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, USPFO for Wisconsin, 1 Williams Street, Camp Douglas, Wisconsin, 54618-5002
- ZIP Code
- 54618-5002
- Solicitation Number
- W912J2-18-Q-3001
- Archive Date
- 11/28/2017
- Point of Contact
- Seth I. Swieter,
- E-Mail Address
-
seth.i.swieter.mil@mail.mil
(seth.i.swieter.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- YELLOW RIBBON EVENT PRICING WORKSHEET YELLOW RIBBON STATEMENT OF WORK COMBINED SYNOPSIS/SOLICITATION: 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. Solicitation W912J2-18-Q-3001 is being issued as a Request for Quote, and incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2005-95, dated 19 JAN 2017 and Defense Acquisition Circular DPN 20161222. This requirement is set-aside 100% Small Business. North American Industry Classification System Code (NAICS) is 721110 - Hotels (except Casino Hotels) and Motels, with a size standard of $32.5 M. All qualified Small Businesses under this industry are encouraged to submit offers. DESCRIPTION OF REQUIREMENT: Yellow Ribbon Reintegration Event The Wisconsin Air National Guard (WI-ANG) will conduct a Yellow Ribbon Reintegration Program (YRRP) Post-Deployment event, beginning 9 February 2018 at 1800 hours and ending 10 February 2018 at 1700 hours. The WIANG is seeking a family-friendly facility to accommodate lodging and conference space within 50 miles of Camp Douglas, WI. Zip code 54618. All Offers shall be valid for a period of 60 days after submission. BASIS FOR AWARD: The Government will evaluate offers in accordance with FAR 12.602 and will award a contract resulting from this solicitation to the responsible contractor whose offer is determined the lowest priced that meets the salient features of the Statement of Work (SOW). ***Note: A site visit will be conducted by the Yellow Ribbon Coordinator and other interested parties to assess the safety, comfort, health, and cleanliness of the facility. Event location will be rated as either acceptable or an acceptable. The Government will award a Firm Fixed priced contract to the contractor who is deemed to be lowest priced technically acceptable. APPLICABLE CLAUSES AND PROVISIONS: The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation. Offeror must include a completed copy of this provision with their proposal or be currently registered in the SAM website with their Representations and Certifications completed. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-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. Specifically, the following cited provisions and clauses are applicable to this acquisition: 52.212-1 -- Instructions to Offerors -- Commercial Items (JUL 2013); Evaluation in accordance with FAR 13.106-2 based on the lowest price technically acceptable offer 52.212-2 - Evaluation-Commercial Items 52.212-3 - Offeror Representations and Certifications -- Commercial Items ALT I; 52.252-1- Provisions Incorporated by Reference ( http://farsite.hill.af.mil ) The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.204-7 - System for Award Management 52.204-9 - Personal Identity Verification of Contractor Personnel 52.204-16 - Commercial and Government Entity Code Reporting 52.204-18 - Commercial and Government Entity Code Maintenance 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 - Instructions to Offerors - Commercial Items 52.212-4 - Contract Terms and Conditions-Commercial Items; 52.219-6 - Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 - Post-Award Small Business Program Representation 52.222-3 - Convict Labor 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-50 - Combating Trafficking in Persons 52.223-5 - Pollution Prevention and Right to Know Information 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-18 - Availability of Funds 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management 52.232-40 - Providing Accelerated Payments to Small Business Contractors 52.233-3 - Protest after Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.237-1 - Site Visit 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation 52.252-2 - Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6 - Authorized Deviations in Clauses 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.203-7005 - Representation Relating to Compensation of Former DoD Officials 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 - Alternative Line Item Structure 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 - Disclosure Information to Litigation Support Contractors 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 - Wide Area Workflow Payment Instructions 252.232-7010 - Levies on Contract Payments 252.244-7000 - Subcontracts for Commercial Items REFERENCES: The following publications are available electronically at http://farsite.hill.af.mil/ •· Federal Acquisition Regulation (FAR) •· Defense Federal Acquisition Regulation Supplement (DFARS) INVOICING: In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) site at https://www.sam.gov/portal/public/SAM /within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL All contractors MUST be registered in the System for Award Management (SAM) http://www.sam.gov database prior to any contract award. The Government may not delay award for the purpose of allowing a contractor time to register in SAM. SUBMISSION REQUIREMENTS: In order to be considered for award, offerors must return the Yellow Ribbon Event pricing worksheet signed and filled out appropriately detailing the cost of each Line Item. Offerors must also include company CAGE CODE/ DUNS number as well as Federal Tax Identification Number. QUESTIONS DUE DATE AND TIME: All questions concerning this solicitation, W912J2-18-Q-3001, shall be sent via email to seth.i.swieter.mil@mail.mil by 6 November 2018 at 1:00 PM CST. A question and answer (Q&A) document will be posted approximately 2 business days after all questions have been received. OFFER DUE DATE AND TIME: Offers are due 13 November 2018 at 1:00 PM CST. Offerors must provide offer via e-mail only. LATE OFFERS: Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified in the solicitation. Proposals or modification of proposals received at the e-mail address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). CONTRACTING OFFICE CONTACT INFORMATION: All offers and questions pertaining to this solicitation shall be sent by email to MSgt Seth I. Swieter, Contract Officer, seth.i.swieter.mil@mail.mil ***The Government will not answer questions via telephone.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-18-Q-3001/listing.html)
- Place of Performance
- Address: Wisconsin, United States
- Record
- SN04710057-W 20171012/171010231316-de1570601c57c240abb8b29e239ae1b8 (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 |