Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2018 FBO #6023
SOLICITATION NOTICE

V -- Yellow Ribbon Event June 2018 - PWS

Notice Date
5/19/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 159 MSG/MSC, LA ANG, LA Air National Guard Base Contracting Office, 400 Russell Ave, NAS-JRB, Bldg 473, Rm 212, NEW ORLEANS, Louisiana, 70143, United States
 
ZIP Code
70143
 
Solicitation Number
W912NR_18_Q_5025
 
Archive Date
6/8/2018
 
Point of Contact
Melissa E Scott, Phone: 5043918368, Janice M Hills, Phone: 5043918370
 
E-Mail Address
melissa.e.scott5.mil@mail.mil, janice.m.hills.mil@mail.mil
(melissa.e.scott5.mil@mail.mil, janice.m.hills.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PWS for Yellow Ribbon 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. The Louisiana Air National Guard will award a Firm-Fixed Price Contract. This announcement constitutes only the solicitation; a Performance Work Statement (PWS) is provided. This solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-95. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil/. This solicitation W912NR-18-Q-5025, is being issued as a Request for Quote. This procurement is full and open competition. The NAICS code for this acquisition is 721110 Hotels (except Casino Hotels) and Motels with a size standard of $32.5 million. The Yellow Ribbon Family Program for the Louisiana Air National Guard needs hotel and meeting space accommodations for a Yellow Ribbon Event being held June 1-3, 2018. This location must be a full service hotel located in the Greater New Orleans and surrounding areas (within zip codes, 70001, 70002, 70003, 70004, 70005, 70006, 70009, 70010, 70011, 70033, 70055, 70060, 70062, 70063, 70064, 70065, 70097, 70112, 70116, or 70130) of New Orleans, LA area. Restaurants or catering services must be available on the premises. The contract will be awarded to the lowest priced technically acceptable proposal. Technical acceptability is meeting all solicitation AND performance work statement (PWS) requirements (SEE ATTACHMENT). A site visit by the Yellow Ribbon Program Coordinator to the hotel may be required prior to award. The Place of Performance will be the hotel provided in the selected offer. Contractor is required to identify the number and types of rooms in their quotes if they are not broken down into double size bed rooms, king size bed rooms, queen size bed rooms or two queen size bed rooms on the line items. All sleeping rooms must be at or below the Government's Lodging Per Diem Rate. Lodging Per Diem Rate information can be found at https://www,gsa.gov The quantities listed are ESTIMATES ONLY. No more than the requested quantities will be required; should less quantities be required due to registration numbers for the event, the vendor shall invoice ONLY FOR QUANTITIES USED. Final counts shall be given to the vendor NO LATER THAN May 28, 2018 at 100 PM CST. Notice for third party vendors or event planners: If a third party vendor or event planner quote in this event, they must be available during the entire timeframe and physically present at the hotel to manage the contract requirements and handle any problems that may occur at no additional expense to the government or event venue. Additionally they must be willing to attend planning meetings as required at no additional expense to the government or event venue; and "Third party vendors MUST attach their agreement with the servicing/partnering hotel at the time of quote and must make this an attachment to their quote submittal. Failure to do so may cause that quote to be deemed unresponsive. Third party vendors MUST identify the hotel at the time of quote, and third party vender are permitted to provide a selection of hotels for customers to choose from as long as the price remains the same as quoted. There cannot be any" bait-and-switch"; that is the vendor must identify in its quote which hotel it is primarily offering all other are options" Remember that the Government is a tax exempt organization. Bid MUST be valid for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: The following FAR/DFAR clauses and provisions are applicable to this acquisition: 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements of Statements 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information System 52.204-22 Alternative Line Item Proposal 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-18 Variation in Estimated Quantity 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation--Commercial Items Basis of Award: Lowest Priced Technically Acceptable (LPTA). Technical acceptable is meeting all solicitation and performance work statement (PWS) requirements. 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items. Include completed copy of this provision with your proposal or indicate (with DUNS Number) that current information is available on the federal government website SAM (https://www.sam.gov/). 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor -- Cooperation with Authorities and Remedies 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity For Workers With Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies 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 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated By Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 255.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations 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 To be awarded this contract, the offeror must be registered in the System for Award Management (SAM). The registration must be ACTIVE. The website for SAM is https://www.sam.gov/portal/public/SAM/. All vendors MUST have a publicly visible registration in SAM. Duns & Bradstreet, CAGE Code & Federal Tax ID number, and solicitation number MUST be listed on quotes. Please complete requirements at FAR 52.212-3. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA16-1/W912NR_18_Q_5025 /listing.html)
 
Place of Performance
Address: Greater New Orleans and surrounding areas (within zip codes, 70001, 70002, 70003, 70004, 70005, 70006, 70009, 70010, 70011, 70033, 70055, 70060, 70062, 70063, 70064, 70065, 70097, 70112, 70116, or 70130) of New Orleans, LA area., United States
 
Record
SN04928396-W 20180521/180519230027-e0b75692871533d8ccdf36badfe57361 (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.