MODIFICATION
V -- Family Programs Volunteer Workshop
- 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 Massachusetts, 2 Randolph Road, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- W912SV-18-R-5003
- Point of Contact
- Jonathan Carney, Phone: 5083266736, Mark S. Guilfoil, Phone: 3392023830
- E-Mail Address
-
Jonathan.w.carney.civ@mail.mil, mark.s.guilfoil.civ@mail.mil
(Jonathan.w.carney.civ@mail.mil, mark.s.guilfoil.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13 and the number assigned is W912SV-18-R-5003. This solicitation is issued as unrestricted; the associated North American Industry Classification System (NAICS) code is 721110 and size standard is $32.5 Million. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-96 effective 06 Nov 2017 and DFARS Publication Notice 20161222 effective 22 Dec 2016. Please provide a CLIN for CMRA reporting IAW US Army requirements found at www.ecmra.mil. This requirement is for a Military & Family Program Volunteer Workshop which requires lodging, meals, and meeting rooms for briefings to accommodate up to 125 guests starting on the evening of Friday, August 17, 2018 with registration beginning at 3:00pm. Workshop to commence Saturday, August 18, 2018 6:00 am to 10:00 pm and continue Sunday August 19, 2018 from 7:00 am until 1:00 pm. CLIN0001 - Conference Space Requirements CLIN0002 - A/V Requirements CLIN0003 - Subsistence Requirements CLIN0004 - Guest Rooms 1. Hotel will not be undergoing renovations during conference dates. 2. Contractor shall provide a single point of contact prior to each event for obtaining menus, finalizing meal counts, etc. In addition, contract shall provide and on-site point of contact during each event. This individual shall have the authority to bind the contractor should changes be required by the contracting officer. 3. Contractor will allow conference pre-function set up twelve (12) hours before the event. Government point of contact / Contractor staff will conduct a walk through (review) with the convention staff to allow for non-cost changes as necessary. 4. Contractors facilities must meet minimum standards for federal (FEMA-approved as found on website http://www.usfa.dhs.gov/applications/hotel/ ), state (Massachusetts) and local governments as well as industry standards for health, safety, and welfare occupants. Government officials will personally visit establishments being considered for contract. FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is required with offer. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. ADDITIONAL INFORMATION: (1) In accordance with FAR 52.212-1(k), prospective awardees shall have an active Cage Code prior to award of a government contract. In accordance with FAR 52.212-3, prospective awardees shall have completed the Online Representations and Certifications. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. (2) All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. ***See Attached Statement of Work for more detail***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-18-R-5003/listing.html)
- Place of Performance
- Address: 25 mile radius from Wellesley, MA, Wellesley, Massachusetts, United States
- Record
- SN04925305-W 20180518/180516231245-83f109694292bfba383252470c66f3fa (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 |