Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2020 SAM #6658
SOLICITATION NOTICE

72 -- BYR Hotel/Conference Venue

Notice Date
2/19/2020 11:01:41 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7N8 USPFO ACTIVITY WI ARNG CAMP DOUGLAS WI 54618 USA
 
ZIP Code
54618
 
Solicitation Number
W912J2-20-Q-0006
 
Response Due
3/3/2020 1:00:00 PM
 
Archive Date
03/18/2020
 
Point of Contact
Jarrod W. Brown
 
E-Mail Address
jarrod.w.brown4.mil@mail.mil
(jarrod.w.brown4.mil@mail.mil)
 
Description
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 W912J2-20-Q-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 with an applicable NAICS Code of 721110. Hotels (Except Casino Hotels) and Motels. The Wisconsin Army National Guard (WIARNG) requirement is for a Badger Yellow Ribbon event on March 28th-29th, 2020�and will need large conference space to include hotel rooms, meals, and audio visual equipment. Per the attached Statement of Work, Location must be within the state of WI and within�100�miles of Appleton, WI 54911. Group one will arrive on the 28th of�March 2020�at 6:00AM CST and depart on March 28th @ 6:00 PM CST Group twp will arrive on the 29th of�March 2020�at 6:00AM CST and depart on March 29th @ 6:00 PM CST 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 1. 1 - General Session 2. 1- Breakout Rooms 3. 1 - Child and Youth Room 4. 1 - Nanny Area 5. 1- Resource Area 6. 3- Privacy Rooms 7. 1- Registration Area - 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. 5 A/V Carts with power strip cords and cords taped or covered ii. 2 ex-large projections screens and 3 additional large�projection screens (5 total) iii. In house sound system with wireless handheld mic, lavalier mic, with sound cord for laptop sound. CLIN 0003 Catered Meals (Buffet Style) Food and Beverage Requirements: i. Government lunch served buffet style - can be in gen session room 1.�1 protein, 1 starch, 1 vegetable, gluten free options,�desserts and drinks � CLIN 0004 (Lodging) Group 1:�50 sleeping rooms Check in 27 March - Check out 28 March � Group 2: 50�sleeping rooms Check in 28 March - Check out 29 March � 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; 52.212-5- Contract Terms and Conditions Required to implement Statures or Executive Orders--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 All vendors must have an active registration in https://www.sam.gov/portal/SAM/#1#1 To be eligible for award. 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 jarrod.w.brown4.mil@mail.mil. Offers received after 3:00 PM CST on�March 3rd�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 jarrod.w.brown4@mail.mil by February 27th, 2020�12:00PM CST. All questions will be answered and uploaded to fbo.gov by February 27th, 2020�7:00 PM CST. 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 Point of Contact(s): SFC Jarrod Brown jarrod.w.brown4.mil@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4df348e326ea4ab3a6074f402f973670/view)
 
Record
SN05565930-F 20200221/200219230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.