Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2018 FBO #5963
MODIFICATION

72 -- Badger Yellow Ribbon Event - Amendment 1

Notice Date
3/20/2018
 
Notice Type
Modification/Amendment
 
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-R-0006
 
Archive Date
3/31/2018
 
Point of Contact
Curtis.P.Clements,
 
E-Mail Address
curtis.p.clements.mil@mail.mil
(curtis.p.clements.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial supplies 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. The solicitation number assigned to this action is W912J2-18-R-0006. The solicitation is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for Wisconsin, Purchasing and Contracting Division, Camp Douglas, WI 54618. This requirement is unrestricted Applicable NAICS 721110. All other plastic product manufacturing, the small business size standards is $32.5 Million annually. However other applicable NAICS codes will be accepted. The Wisconsin Army National Guard (WIARNG) requirement is for a Badger Yellow Ribbon event on April 13-15th 2018 and will need large conference space to include hotel rooms, meals, and audio visual equipment. Per the attached Statement of Work, Location of the event will be within the state of Wisconsin. This will be one event split into two groups. Group one will arrive on the 13th of April 2018 at 2:00PM CST and depart on April 14th @ 5:00 PM CST Group two will be 14-15 April 2018. Group two will arrive at 5:00PM CST on the 14th of April and Depart at 6:00 PM CST on the 15th of April. This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures. The Government intends to award a Firm-Fixed Price Contract to the firm that provides the Lowest Price, Technically Acceptable quoter without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. The WIARNG requires the following Items: CLIN 0001 Yellow Ribbon Venue (See section 1-C of attached SOW) 1. 1 - General Session 2. 2- Breakout Rooms 3. 1 - Child and Youth Room 4. 1 - Nanny Area 5. Registration - see the attached statement of work to ensure you have adequate space and resources to accommodate the event. CLIN 0002 Audio Visual Equipment (Both Groups) A/V Requirements i. 2 A/V Carts with power strip cords and cords taped or covered ii. 2 large projections screens for audience of 300 iii. 1 (3-4 ft) round or square table in the front of the room for laptop iv. In house sound system with wireless handheld mic, lavalier mic, with sound cord for laptop sound. CLIN 0003 Catered Meals (Buffet Style) QTY 800 (EST for both groups combined) Food and Beverage Requirements: i. Government lunch served buffet style - can be in gen session room 1. 2 set of buffet areas to make 4 buffet lines with each serving: a. 2 meat proteins. 1 vegetarian protein, 1 starch, 1 vegetable, dessert, milk, iced tea and coffee. (Special dietary requests will be sent in 2 weeks prior to the event.) CLIN 0004 (Lodging) Group 1: 100 sleeping rooms Check in 13APR-Check out 14APR 5 staff rooms (will be paid by the individual occupant, not the government.) Group 2: 100 sleeping rooms Check in 14APR-Check out 15APR 5 staff rooms (will be paid by the individual occupant, not the government.) Please ensure you read the entire Statement of Work for further detail of this requirement The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.203-19- Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-7- System for Award Management 52.212-1- Instructions to Offerors 52.212-4 - Contract Terms and Conditions-Commercial Items; 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-50 - Combating Trafficking in Persons 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management 52.232-36- Equal Opportunity for Workers with Disabilities 52.232-39 - Unenforceability of Unauthorized Obligations 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.252-2 - Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6 - Authorized Deviations in Clauses 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.204-10- Reporting Executive Compensation and First-Tier Subcontract Awards 252.203-7000- Requirements relating to compensation to Former DoD Officials 252.203-7002- Requirement to inform employees of Whistleblower rights 252.204-7015- Notice of Authorized Disclosure if Information for Litigation Support 252.211-7003- Item Unique Identification and Valuation. 252.211-7008- Use of Assigned Serial Number 252.225-7048- Export-Controlled Items 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 Submittal Requirements: Submit the following in order to be considered for award. 1. Pricing of CLINS 0001 through 0004. 2. Representations and Certifications (52.212-3 Alt 1). 3. Conference Space layout and room dimensions. 4. Active SAM Registration (please submit vendor cage code) Submit offers in response to this synopsis/solicitation to curtis.p.clements.mil@mail.mil. Offers received after 11:00am CST on March 30h, 2018 may not be considered unless determined to be in the best interest of the government. No telephonic inquires will be accepted. Email any questions to curtis.p.clements.mil@mail.mil by March 26th 2018 12:00pm CST. All questions will be answered and uploaded to fbo.gov by 4:00pm March 27th 2018. It is the vendor's responsibility to check www.fbo.gov for any updates or changes. Contracting Office Address: USPFO for Wisconsin, 1 Williams St. Camp Douglas, WI 54618 Place of Performance: USPFO for WI 1 Williams St Camp Douglas, WI 54618 Point of Contact(s): SFC Curtis Clements curtis.p.clements.mil@mail.mil This is a combined synopsis/solicitation for commercial supplies 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. The solicitation number assigned to this action is W912J2-18-R-0006. The solicitation is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for Wisconsin, Purchasing and Contracting Division, Camp Douglas, WI 54618. This requirement is unrestricted Applicable NAICS 721110. All other plastic product manufacturing, the small business size standards is $32.5 Million annually. However other applicable NAICS codes will be accepted. The Wisconsin Army National Guard (WIARNG) requirement is for a Badger Yellow Ribbon event on April 13-15th 2018 and will need large conference space to include hotel rooms, meals, and audio visual equipment. Per the attached Statement of Work, this event will be split into two groups. Group one will be 13-14 April 2018 and Group two will be 14-15 April 2018. See below for more information This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures. The Government intends to award a Firm-Fixed Price Contract to the firm that provides the Lowest Price, Technically Acceptable quoter without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. The WIARNG requires the following Items: CLIN 0001 Yellow Ribbon Venue (See section 1-C of attached SOW) 1. 1 - General Session 2. 2- Breakout Rooms 3. 1 - Child and Youth Room 4. 1 - Nanny Area 5. Registration - see the attached statement of work to ensure you have adequate space and resources to accommodate the event. CLIN 0002 Audio Visual Equipment (Both Groups) A/V Requirements i. 2 A/V Carts with power strip cords and cords taped or covered ii. 2 large projections screens for audience of 300 iii. 1 (3-4 ft) round or square table in the front of the room for laptop iv. In house sound system with wireless handheld mic, lavalier mic, with sound cord for laptop sound. CLIN 0003 Catered Meals (Buffet Style) QTY 800 (EST for both groups combined) Food and Beverage Requirements: i. Government lunch served buffet style - can be in gen session room 1. 2 set of buffet areas to make 4 buffet lines with each serving: a. 2 meat proteins. 1 vegetarian protein, 1 starch, 1 vegetable, dessert, milk, iced tea and coffee. (Special dietary requests will be sent in 2 weeks prior to the event.) CLIN 0004 (Lodging) Group 1: 100 sleeping rooms 5 staff rooms (will be paid by the individual occupant, not the government.) Group 2: 100 sleeping rooms 5 staff rooms (will be paid by the individual occupant, not the government.) Please ensure you read the entire Statement of Work for further detail of this requirement The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.203-19- Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-7- System for Award Management 52.212-1- Instructions to Offerors 52.212-4 - Contract Terms and Conditions-Commercial Items; 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-50 - Combating Trafficking in Persons 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management 52.232-36- Equal Opportunity for Workers with Disabilities 52.232-39 - Unenforceability of Unauthorized Obligations 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.252-2 - Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6 - Authorized Deviations in Clauses 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.204-10- Reporting Executive Compensation and First-Tier Subcontract Awards 252.203-7000- Requirements relating to compensation to Former DoD Officials 252.203-7002- Requirement to inform employees of Whistleblower rights 252.204-7015- Notice of Authorized Disclosure if Information for Litigation Support 252.211-7003- Item Unique Identification and Valuation. 252.211-7008- Use of Assigned Serial Number 252.225-7048- Export-Controlled Items 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 Submittal Requirements: Submit the following in order to be considered for award. 1. Pricing of CLINS 0001 through 0004. 2. Representations and Certifications (52.212-3 Alt 1). 3. Conference Space layout and room dimensions. 4. Active SAM Registration (please submit vendor cage code) Submit offers in response to this synopsis/solicitation to curtis.p.clements.mil@mail.mil. Offers received after 11:00am CST on March 30h, 2018 may not be considered unless determined to be in the best interest of the government. No telephonic inquires will be accepted. Email any questions to curtis.p.clements.mil@mail.mil by March 26th 2018 12:00pm CST. All questions will be answered and uploaded to fbo.gov by 4:00pm March 27th 2018. It is the vendor's responsibility to check www.fbo.gov for any updates or changes. Contracting Office Address: USPFO for Wisconsin, 1 Williams St. Camp Douglas, WI 54618 Place of Performance: USPFO for WI 1 Williams St Camp Douglas, WI 54618 Point of Contact(s): SFC Curtis Clements curtis.p.clements.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-18-R-0006/listing.html)
 
Record
SN04860514-W 20180322/180320231202-b43e2e7ef353c811d8ffd59907a111ac (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.