Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2018 FBO #5928
SOLICITATION NOTICE

V -- POST DEPLOYMENT YELLOW RIBBON EVENT SELFRIDGE AIR NATIONAL GUARD BASE,MI. 16-17 MARCH 2018 - Performance Work Statement-PWS

Notice Date
2/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 127 MSG/MSC, MI ANG, 43200 MAPLE STREET, BLDG 105, SELFRIDGE ANG BASE, Michigan, 48045-5213, United States
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB-18-Q-5005
 
Archive Date
3/9/2018
 
Point of Contact
Arnold H.Singleton, Phone: 5862395917
 
E-Mail Address
arnold.h.singleton.civ@mail.mil
(arnold.h.singleton.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COPY OF SOLICITATION PERFORMANCE WORK STATEMENT (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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. (II) Solicitation W912JB-18-Q-5005 is issued as a Request for Quote (RFQ). (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-95. (IV) This acquisition is being solicited as a small business set aside. The associated NAICS code for this acquisition is 721110; Standard Industrial Classification code is 7011; Small Business size standard is $7.0 Million Dollars. "This effort is a high priority requirement in support of the National Guard. FAR Clause 52.232-18 Availability of Funds has been incorporated. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Government's intent to make award. This is not a commitment of funds or contract award." (V) SCHEDULE OF SUPPLIES/SERVICES: Requirement is for non-personal services to provide all items and services necessary for lodging, conference rooms and meals for Selfridge Air National Guard Base, MI. Yellow Ribbon Post-Deployment Event scheduled for 17 March 2018 (Saturday) to be held at a venue within 50 miles of Selfridge Air National Guard Base, Michigan 48045 (Harrison TWP) CLIN 0001: Lodging Rooms, (MUST BE COMPLIANT WITH HOTEL & MOTEL FIRE SAETY ACT OF 1990), Qty-50 guest rooms with check in on Friday, 16 March 2018 and late checkout of 1300 on Saturday, 17 March 2018 (Refer to PWS for details) CLIN 0002: Hot Breakfast /Lunch, Break Snacks, Beverages for approximately 170 Adults, 30 Children Required for Saturday, 17 March 2018 (Refer to PWS for details) CLIN 0003: Support Package/Audio and Visual Equipment for Saturday, 17 March2018 (Refer to PWS for details) CLIN 0004: Meeting Space/Breakout Rooms, Qty-7 (Adults), Qty-2 (Children) all required of the same floor for Saturday, 17 March 2018 (Refer to PWS for details) *** Refer to PWS for Detailed Requirements and Services*** Quotes should be submitted with pricing according to each individual CLIN listed above. (VI) This solicitation is for Lodging, Conference Rooms and Meals for 16-17 (Fri & Sat) March 2018 Yellow Ribbon Post-Deployment Event to be held at a venue within 50 miles of Selfridge Air National Guard Base, Michigan 48045 (Harrison TWP) (VII ) Period of Performance: 16 March thru 17 March 2018 (FOB point is Origin) (VIII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. (IX) The following factors will be used to evaluate offers: (1) Availability of Requested Requirements in accordance with the Performance Work Statement (2) Price, (3) Venue Location, (4) Cancellation Policy (5) Past Performance. Evaluation shall be in accordance with FAR 13.106-2: Evaluation of Quotations or Offers. (X) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://sam.gov/. (XI) The following clauses in their latest editions apply to this acquisition: Provisions (IBR) 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.212-1, Instructions to Offerors- Commercial Items 252.204-7011, Alternative Line Item Structure Provisions (Full-Text) 52.212-3 Alt I, Offerors Representations and Certifications-Commercial Items, Alternate I 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 252.204-7004, Alternate A, System for Award Management Clauses (IBR) 52.204-13, System for Award Management Maintenance 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.212-4, Contract Terms and Conditions--Commercial Items 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-41, Service Contract Labor Standards 52.222-50, Combating Trafficking in Persons 52.222-55, Minimum Wages Under Executive Order 13658 52.223-17, Affirmative Procurement of EPA-designated Items in Service and Construction Contracts 52.223-18, Encouraging Contractor Policies 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 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-1, Disputes 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.246-4, Inspection of Services--Fixed Price 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies by Sea Clauses (Full-Text) Prov Clause, Notes, Title 52.212-5 Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation 2013-O0019) 52.219-28, Post-Award Small Business Program Representation 52.222-42, Statement of Equivalent Rates for Federal Hires, 136.25% 52.252-2, Clauses Incorporated by Reference, http://farsite.hill.af.mil/ http://www.acquisition.gov/far/ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions, Payment Instructions will be provided in Full Text at time of award PP, Partial Payments Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XII) All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: www.fbo.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail: Arnold.h.singleton.civ@mail.mil Offerors are requested to submit questions to the email address noted below not later than, Wednesday 1:00 P.M. EST, 21 February 2018. Terms of the solicitation remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in System for Award Management (SAM) (http://www.sam.gov). Offers are due to the 127 MSC 43200 Maple Street, BLDG. 105, Selfridge ANG Base, Michigan 48045, by Thursday 1:00 P.M. EST, 22 February 2018. All responsible sources may submit a response which, if timely received must be considered by the agency. Emailed quotes will be accepted at Arnold.h.singleton.civ@mail.mil. Point of Contact for this solicitation is Arnold Singleton, 586-239-5917.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB-18-Q-5005/listing.html)
 
Place of Performance
Address: SELFRIDGE AIR NATIONAL GUARD BASE, MI, HARRISON TWP, Michigan, 48045, United States
Zip Code: 48045
 
Record
SN04821184-W 20180215/180213231329-c66503fccfe2b222eae63cd2023bc80f (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.