MODIFICATION
V -- MOARNG - Lodging - Southport, NC - 4JUN to 24JUL - Amendment 1
- Notice Date
- 5/16/2018
- Notice Type
- Modification/Amendment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Missouri, 7101 Military Circle, Jefferson City, Missouri, 65101-1200
- ZIP Code
- 65101-1200
- Solicitation Number
- W912NS-18-Q-3007
- Archive Date
- 6/2/2018
- Point of Contact
- Joshua Taylor, Phone: 573-638-9629, Forrest A. Hancock, Phone: 573-638-9632
- E-Mail Address
-
joshua.a.taylor64.mil@mail.mil, forrest.a.hancock.civ@mail.mil
(joshua.a.taylor64.mil@mail.mil, forrest.a.hancock.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- No Change Edit of Date: Ensure awareness of CLIN 0001 is 4JUNE through 24JULY (Highlighted change in attached 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; quotes are being requested and a written solicitation will not be issued. This solicitation W912NS-18-Q-3007 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87. This procurement is posted at a total small business set aside. The NAICS code is 721110 and the small business size standard is $32,500,000.00. The following commercial items are requested: This will be a Firm Fixed Price Contract, transportation, gratuity and all necessary condiments must be included in the price of all meals. Award will be a firm-fixed price purchase order. Basis of Award will be Lowest Price Technically Acceptable. The Missouri National Guard reserves the right to look at past performance, references, and SBA certificate of competency before finding technically acceptable. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. Please see attached Lodging Breakdown and Purchase Description for details: CLIN STRUCTURE CLIN 1: 04 JUN - 24 JULY 212 EA CLIN 2: 04 JUN - 05 JUN 30 EA CLIN 3: 06 JUN - 08 JUN 60 EA CLIN 4: 08 JUN- 09 JUN 30 EA CLIN 5: 10 JUN - 12 JUN 60 EA CLIN 6: 12 JUN - 13 JUN 30 EA CLIN 7: 14 JUN - 16 JULY 60 EA CLIN 8: 18 JUN - 20 JUN 60 EA CLIN 9: 22 JUN - 24 JUN 60 EA CLIN 10: 27 JUN - 29 JUN 60 EA CLIN 11: 08 JULY - 10 JULY 60 EA CLIN 12: 12 JULY - 14 JULY 60 EA CLIN 13: 17 JULY - 18 JULY 30 EA CLIN 14: 21 JULY - 22 JULY 30 EA Basis of Award: Best Value will be determined on the Lowest Price Technically Acceptable (LPTA). For a vendor's quote to be technically acceptable the vendor's quote must ensure the lodging provided is in accordance with the attached statement of work. SOW spells out multiple items that must be part of the quote. Note, please make sure you see policy of multiple hotels and breakfast. Payment will be through WAWF (Wide Area Workflow) as a firm-fixed price purchase order. Please submit your quote on a Company Letter Head or the attached Statement of Work (include CAGE) via email to the email listed below. All quotes will be due NLT 18 May 2018 @ 1:00 PM Central Time. If anyone should have any questions, please contact 2LT Joshua A. Taylor at (573) 638-9629 or at joshua.a.taylor64.mil@mail.mil. The following provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management, FAR 52.204-16 Commercial and Government Entity Code Reporting, FAR 52.204-18 Commercial and Government Entity Code Maintenance, 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 and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria, FAR 52.212-3 ALT I Offeror Representations and Certifications -- 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, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-5, 52.223-18, 52.225-13, and 52.232-33, FAR 52.232-39 Unenforceability of Unauthorized Obligations, 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 52.252-6 Authorized Deviations in Clauses (if Deviation) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor Debarred, Suspended, or Proposed for Debarment. FAR 52.222-36 Equal Opportunity for Workers with Disabilities, FAR 52.2014-10 Reporting Executive Compensation and First-Tier Subcontract Awards, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials, DFARS 252.204-7008 (Dev 2016-O0001) Compliance with Safeguarding Covered Defense Information Controls, DFARS 252.204-7012 (Dev 2016-O0001) Safeguarding of Unclassified Controlled Technical Information, DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors, DFARS 252.225-7001 Buy American and Balance of Payments Program, 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, DFARS 252.225-7036 Buy American-Free Trade Agreements-Balance of Payments Program,
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23/W912NS-18-Q-3007/listing.html)
- Place of Performance
- Address: 6280 Sunnypoint Rd, Southport, North Carolina, 28461, United States
- Zip Code: 28461
- Zip Code: 28461
- Record
- SN04925284-W 20180518/180516231240-54fc0572e2ecd5b421180801fb318ad7 (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 |