Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2020 SAM #6769
SOLICITATION NOTICE

V -- 17 STS RW

Notice Date
6/9/2020 4:10:28 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
24 SOW HURLBURT FIELD FL 32544 USA
 
ZIP Code
32544
 
Solicitation Number
H92429-20-Q-0006
 
Response Due
6/17/2020 10:00:00 AM
 
Archive Date
07/02/2020
 
Point of Contact
Jaime M. Collins, Phone: 8508846007, William Lawson, Phone: 8508840732
 
E-Mail Address
jaime.collins.2@us.af.mil, William.Lawson.12@us.af.mil
(jaime.collins.2@us.af.mil, William.Lawson.12@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
RFI DUE DATE:� ALL RFIS (REQUEST FOR INFORMATION/QUESTIONS) SHALL BE SUBMITTED NO LATER THAN 0900 CST ON THURSDAY, 11 JUNE 2020 This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) Federal Acquisition Regulation (FAR) Subpart 12.6, ""Streamlined Procedures for Evaluation and Solicitation for Commercial Items,"" as supplemented with additional information included in this notice. This solicitation is issued as a Request for Quote (RFQ) IAW FAR Part 12 ""Acquisition of Commercial Items"" and 13 ""Simplified Acquisition Procedures"" (SAP). This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04, effective 15 Jan 2020. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This announcement constitutes one (1) solicitation, quote number H92429-20-Q-0006, which will result in one (1) firm fixed price contract to provide a resiliency weekend (RW) for the 17th Special Tactics Squadron (17 STS) ; the event will involve lodging, meals, childcare, and conference rooms. The contractors shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide �4-star or above hotel/retreat style lodging (as rated according to tripadvisor.com user reviews) that possesses necessary facilities to host a RW event in accordance with the attached Statement of Work. This is a competitive solicitation, as a 100% set-aside for Small Business Concerns. Offerors must be registered in http://www.sam.gov prior to contract award, and be reflected as a small business concern for the applicable North American Industry Classification System (NAICS) code. The DOL Wage Determination, current as of the date of contract award, for the contractor's area of business will be applicable for this requirement. The North American Industry Classification System (NAICS) code for this project is 721110 and Product Service Code (PSC) code V231. The Size Standard for NAICS 721110 is $32,500,000.00. QUOTES ARE DUE BY: 17 June 2020 @�1200 CST or SOONER. Email Response is the required method of submitting your quote. It is the Contractor's responsibility to insure the quote is received at the designated location and time specified. CLIN, CLIN Description, Quantity, Unit, Unit Price, Total Price 0001 Resiliency Weekend, per the Statement of Work, dated 2 June 2020, and Offer Schedule Period of Performance (PoP): 11-13 September 2020 1 LOT The following provisions & clauses apply to this solicitation and will remain in full force in any resultant award:� FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 2018) is amended to read: Offeror shall electronically submit signed and dated offer to 24 SOW/PK, using the Offer Schedule at Attachment 2, by 12:00 p.m. CST on 17 June 2020, via email address: jaime.collins.2@us.af.mil, with the solicitation number in the subject block. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Hard Copy and Facsimile proposals will not be accepted. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Oct 2014) which is incorporated into this Request for Quotation below. The Government anticipates the award of one (1) contract from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price. Technical capability is approximately equal to price. The Government will award a Firm Fixed Price - contract to the technically-acceptable and responsible offeror with the lowest priced offer. The offeror shall submit a completed ""Offer Schedule"" (Attachment 2) with pricing to be evaluated. Technical acceptability will be determined by the following: 1. Lodging must meet the specifications identified in the Statement of Work. Lodging includes the offerors proven capability to supply a minimum number of rooms in the proper room sizes (as identified in the offer schedule for price evaluation), amenities, and patron parking. Lodging rooms shall be in a centralized location where patrons are not subjected to the elements for more than 5 minutes while traveling to meeting space and childcare locations. Additional travel requirements such as shuttle/bus transportation may be offered free of charge and shall be at the will of the patrons and not require pre-arrangement. 2. Meeting space must meet the specifications listed in the Statement of Work to include a minimum of at least two (2 or 3 depending on size of event) conference rooms. 3. Meal choices/types must meet the specifications listed in the Statement of Work. Meals must be provided on-site. 4. Pricing must be provided for all specified CLINS. The offeror shall also submit pricing for the event ""Offer Schedule"". These prices will be used to evaluate your pricing against other offerors quotes. The ""Total Offer Amount"" price shall be used as a price evaluation factor for award of one (1) small business contract award. 5. The lodging facility shall be an area within Jekyll Island, GA city limits. 6. Offeror CAGE Code shall be the CAGE code for the actual lodging facility and/or lodging facility parent company, LLC, or owner. FAR 52.212-3 Offeror Representations and Certifications (Dec 2019) - Commercial Items applies to this Request for Quotation and the offeror must include a completed copy of these provisions with their quote or indicate (with DUNS Number) that current information is available on the federal government website ORCA (htpps://www.sam.gov) The full text of these clauses and provisions may be accessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Oct 2018) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2020) Vendor Quote Information PAYMENT TERMS QUOTE EXPIRATION DATE QUOTED BY Vendor Information ORDERING ADDRESS POINT OF CONTACT PHONE NUMBER FAX NUMBER E-MAIL ADDRESS REMIT TO ADDRESS CAGE CODE TAX ID NUMBER DUNS NUMBER SIZE OF BUSINESS WEB ADDRESS QUOTE DATE Please see the updated Attachment 1 - Statement of Work dated 5 June 2020 Please see the attached RFI answers dated 5 June 2020
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/50e5781577154e93b94414b719044325/view)
 
Record
SN05684493-F 20200611/200609230141 (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.