SOLICITATION NOTICE
V -- Strong Bonds Training Event - Strong Bonds Training Event Attachments
- Notice Date
- 4/10/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, 152 MSG/MSC, NV ANG, 1776 NATIONAL GUARD WAY, RENO, Nevada, 89502-4494, United States
- ZIP Code
- 89502-4494
- Solicitation Number
- W9124X-18-Q-5005
- Archive Date
- 5/12/2018
- Point of Contact
- Jason C. Huth, Phone: 7757884662, Alex T. Norris, Phone: 7757884663
- E-Mail Address
-
jason.c.huth.mil@mail.mil, alex.t.norris.mil@mail.mil
(jason.c.huth.mil@mail.mil, alex.t.norris.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- W9124X-18-Q-5005 - Attch 1 - Performance Work Statement W9124X-18-Q-5005 - Attch 4 - FAR 52 222-52 Certification W9124X-18-Q-5005 - Attch 3 - Pricing Schedule W9124X-18-Q-5005 - Attch 2 - Incorporated Provisions and Clauses W9124X-18-Q-5005 - Combo - Strong Bonds W9124X-18-Q-5005 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the formatin Subpart 12.6, as supplemented with additional information included in this notice. This announcementconstitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number W9124X-18-Q-5005 is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 effective 24 Jan 2018 and Defense Federal Acquisition Regulation Supplement Publication Notice 20171228 effective 28 Dec 2017. It is the contractors' responsibility to be familiar with applicable clauses and provisions. (iv) This requirement is solicited under Total Small Business Set-Aside under NAICS 721110, Hotels (except Casino Hotels) and Motels, small business size standard $32.5 Million. The Nevada Air National Guard intends to establish a Firm Fixed Price (FFP) contract for the acquisition of Strong Bonds Training Event (lodging, meals, and meeting space) services as described in the Performance Work Statement at Attachment 1. (v) Schedule of Supplies/Services : The Pricing Schedule is incorporated as Attachment 3. Vendors shall complete Attachment 3 in its entirety and return with any other documentation/data required by this Combo. (vi) Description of requirements : This is a firm fixed price requirements type contract for non-personal services to provide all labor, equipment, materials, parts, shipping and all other items necessary to provide the following items within 60 miles of 1776 National Guard Way, Reno, Nevada 89502. The Strong Bonds Training Event (lodging, meeting space and meals) shall conform to the Performance Work Statement at Attachment 1. (vii) Period of Performance : The Period of Performance shall be one designated weekend (Friday, Saturday and Sunday) between the date of award and 30 July 2018. This Strong Bonds Training Event is preferred to take place at the later part of the PoP. FOB Origin. (viii) Provision 52.212-1, Instructions to Offerors : The provision at 52.212-1, Instructions to Offerors -Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: (a)To assure timely and equitable evaluation of the quotes, vendors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Vendors must also submit FAR 52.222-52 certification located at attachment 4. If awarded the contract, the contractor is required to submit a signed copy of the contract confirming receipt of the contractual document within seven (7) business days. (b) Specific Instructions: The response shall consist of the following: (1) Part 1 - Technical - Submit one (1) copy of technical capability describing the items/services the Contractor will provide as required in the Performance Work Statement (PWS). Limit technical capabilities to ten (10) pages. Submit one (1) copy of any subcontracts or agreements where third party are concerned. (2) Part 2 - Price - Submit one (1) copy of the completed price schedule at Attachment 3 and one (1) copy of FAR 52.222-52 Certification at Attachment 4. (iX) Provision 52.212-2, Evaluation Factors : The provision at 52.212-2, Evaluation -- Commercial Items (Oct 2014), this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated using price and performance factors. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. (x) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I (Oct 2014), Vendors Representations and Certifications--Commercial Items (Nov 2017) are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the provisions and clauses at Attachment 2 apply to this acquisition. (xiii) None (xiv) This acquisition does not require a Defense Priorities and Allocations System (DPAS) rating. (xv) NOTICE TO ALL INTERESTED PARTIES: The offeror may submit questions requesting clarification of solicitation requirements to the Nevada Air National Guard Contracting Office via email at: usaf.nv.152-aw.list.fal-msc-contracting@mail.mil. It is requested that all questions be received no later than Thursday, April 19th, 2018 by 3:00 PM PST as all answers to questions must be posted prior to the response date. An amendment will be issued answering all questions received, providing the Government's answers. All responsible sources may submit a quotation which shall be considered by the agency. Respond via email at usaf.nv.152-aw.list.fal-msc-contracting@mail.mil no later than Friday, April 27th, 2018 by 3:00 PM PST. (xvi) The POC for this solicitation is : SMSgt Jason C. Huth (775)788-4662 jason.c.huth.mil@mail.mil List of Attachments: -Attachment 1: Performance Work Statement dated 3 April 18 -Attachment 2: Incorporated Provisions and Clauses -Attachment 3: Pricing Schedule -Attachment 4: FAR 52.222-52 Certification
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA26-1/W9124X-18-Q-5005/listing.html)
- Place of Performance
- Address: Not in excess of 60 miles from Nevada Air National Guard Base, 1776 National Guard Way, Reno, Nevada, 89502, United States
- Zip Code: 89502
- Zip Code: 89502
- Record
- SN04884405-W 20180412/180410230907-1a4e3f1247cc2ee22fb833be7c1a2555 (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 |