SOLICITATION NOTICE
V -- Virginia Army National Guard Yellow Ribbon Event March 2022
- Notice Date
- 2/10/2022 6:15:47 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- W7N5 USPFO ACTIVITY VA ARNG RICHMOND VA 23297-0000 USA
- ZIP Code
- 23297-0000
- Solicitation Number
- W912LQ22Q0007
- Response Due
- 2/22/2022 11:00:00 AM
- Archive Date
- 03/09/2022
- Point of Contact
- Katina Moore, Wesley Spencer Jr., Phone: 4342986219
- E-Mail Address
-
katina.l.moore7.civ@army.mil, wesley.spencer4.civ@army.mil
(katina.l.moore7.civ@army.mil, wesley.spencer4.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1.�� �GENERAL INFORMATION: A.�� �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.� B.�� �The Virginia Army National Guard (VaARNG) will conduct a pre-deployment Yellow Ribbon Event for the 576TH ENG Detachment within thirty (30) miles radius of the State Military Reservation, C Street, Virginia Beach, Virginia March 13, 2022 with an estimated �200 attendees. To conduct this event, the 576th ENG Detachment will require lodging, event space, audio / visual services, childcare services, catering services, and parking. C.�� �The Government will award a Firm Fixed-Price Contract(s) resulting from this Request for Quote (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 721110, (Hotels (except Casino Hotels) and Motels). The Product Service Code (PSC) is V231, (Transportation/Travel/Relocation- Travel/Lodging/Recruitment: Lodging, Hotel/Motel), with a business size standard of $35,000,000.00. This requirement is a 100% Small Business Set-A-Side solicitation and only qualified offerors may submit quotes. This solicitation document, and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-04, dated January 30, 2022.� D.�� �The Government will not pay for costs associated with the preparation of a quote in response to this combined synopsis/solicitation. E.�� �Payment will be made through the Wide Area Workflow (WAWF) application in accordance with DFARS clause 252.232-7006, Wide Area Workflow Payment Instructions. F.� Interested vendors agree to hold the prices in its quote firm for 60 calendar days from the date specified for the closing of this RFQ. G.� The anticipated award date for this action is March 1, 2022. 2.�� �COMMUNICATION WITH THE GOVERNMENT: A.�� �Questions: Submit written questions via email ONLY to contract specialist Katina Moore at katina.l.moore7.civ@army.mil. No phone calls will be accepted. Questions will be received until �February 15, 2022, no later than 11:00 a.m. Eastern Standard Time (EST). B.�� �Administrative Information: 1.�� �Contracting Officer: Rebecca Fowler: rebecca.l.fowler6.civ@army.mil 2.�� �Contract Specialist: Katina Moore: katina.l.moore7.civ@army.mil 3. � � BASIS FOR AWARD:� A. The Government intends to award to the responsive, responsible vendor whose quote is the lowest price and meets the requirements as stated in the Performance Work Statement (PWS) for the services requested. B.�� �An award(s) will be made on the basis of low price including the evaluation for multiple awards. Multiple awards may be made if determined to be in the best interest of the Government. For evaluation purposes only, a fee of $500.00 per award will be applied during the evaluation � this fee is an administrative tool for evaluation purposes only and is not actually added into any quoted or contract costs. The purpose of adding an administrative fee for evaluation purposes is to determine if it is prudent for the Government to award multiple contracts. While vendors are NOT required to quote all line items of the solicitation, vendors are required to quote all line items within the listed specific groups as follows: Group 1: Lodging: CLINs 0001 and 0002 Catering: CLINs 0003 and 0004 Audio / Visual: CLIN 0005 Event Space: CLINs 0006AA, 0006AB, 0006AC, 0006AD, and 0006AE Parking: CLIN 0007 Group 2: Childcare: CLIN 0008 �� �For example: Interested Vendor A can quote on both Groups 1 & 2, while �interested Vendor B may not be able to provide childcare in Group 2; therefore, elects to quote on the event requirements (Group 1 only), and interested Vendor C may not be able to provide event services, but can provide childcare and elects to quote Group 2 only. �These are all acceptable ways to submitting quotes. �However, Vendor A and B may not quote lodging without quoting catering, audio/visual, event space and parking. C.�� �In order to be considered for an award, vendors shall have an active registration in the System for Award Management at https://sam.gov. Vendors are responsible to ensure the representations, and certifications in their SAM registration are accurate and current. 4. � � ADDENDUM to 52.212-1, Instructions to Offerors � Commercial Items (Nov 2021)� A.�� �Addendum to FAR 52.212-1(b), Submission of offers. Offeror shall submit an electronic copy of �their dated quote via e-mail to: katina.l.moore7.civ@army.mil with the solicitation number (W912LQ-22-Q-0007) in the subject block, by February 22, 2022 no later than 2:00 PM EST. Facsimile quotes will not be accepted. Vendors who do not provide all the required information with their quotes may be deemed NON-RESPONSIVE for further consideration for the solicitation and award. In addition to the items required by 52.212-1(b), the offeror shall complete and �provide the following with their submission: 1. Signed and completed Information Sheet (attachment 1) 2. Signed and completed 52.204-24 & 52.204-26, 52.212-3, and 252.204-7016 & 7017 (attachment 2). 3.�� �Pricing for all contract line item numbers (CLINS) within the group(s) being quoted. �If a CLIN is at no cost (NC) or not separately priced (NSP), the vendor shall so indicate. �Vendors may submit an alternate pricing schedule. �However, each requirement must be identified as a priced requirement or NC/NSP requirement. �The alternate pricing schedule shall be clear as the government will not make any assumptions and award may be made without discussions.� For example, the pricing schedule included with this posting may be used or a vendor may submit their own pricing schedule which identifies the price for all event space to include audio/visual with a note stating the price includes the general session, breakout rooms, childcare rooms, resource provider area and counseling rooms and associated audio/visual. 4. Name, address, and pictures for proposed lodging and event space. Lodging is preferred to be located at the event site but not necessary if lodging does not allow. 5. Proof that lodging facility has a 3 star rating or higher on tripadvisor.com or similar site. If there is no star rating on tripadvisory.com, then proof of the 3 star rating is required. � � � � 6. Proposed catering menus for adults and children. Due to current supply chain issues in the food industry, interested vendors unable to meet the PWS requirements may submit an alternate meal plan for the government�s consideration. �However, the government has the sole discretion to accept or reject the plan submitted. 7. Entity name, address, and website of company providing childcare services. B. Addendum to FAR 52.212-1(f), Late submissions, modifications, revisions, and withdrawal of offers. This paragraph is tailored to read as follows: Offerors are responsible for submitting electronic offers by the solicitation due date and time. Offers received after the solicitation due date and time are considered late and will be handled in accordance with FAR 52.212-1(f). 5. PRICING SCHEDULE GROUP 1 Item Number � � � � Short Description � � � � � � � � � � � � � � � � �Quantity � � � � � � � � � �Unit price � � � � � � � �Extend Price 0001�� ��� �576th Lodging, March 12, 2022� � � � � � � � � � � � 30 rooms 0002�� ��� �576th Lodging, March 13, 2022� � � � � � � � � � � � 10 rooms 0003�� ��� �576th Catering Adult/teams� � � � � � � � � � � � � � �160 meals 0004� � � � 576th Catering, Children� � � � � � � � � � � � � � � � � �40 meals 0005� � � � 576th Audio/Visual Equipment� � � � � � � � � � � � � � 1 lump sum 0006�� ��� �576th Event Space� � � � � � � � � � � � � � � � � � � � � � � 1 lump sum 0006AA� � 576th Conference Room� � � � � � � � � � � � � � � � � � �1 room 0006AB� � 576th Resource Provider Area� � � � � � � � � � � � � � 1 room 0006AC� � 576th Counseling Rooms� � � � � � � � � � � � � � � � � � 2 rooms 0006AD� � 576th Childcare Rooms� � � � � � � � � � � � � � � � � � � �2 rooms 0006AE� � 576th Youth Room� � � � � � � � � � � � � � � � � � � � � � � �1 room 0007�� ��� � 576th Event Parking� � � � � � � � � � � � � � � � � � � � � � �65 each GROUP 2 0008�� ��� � 576th Childcare Services� � � � � � � � � � � � � � � � � � � 40 each Due to the current rise in positive COVID19 cases and the Health Protection Conditions it may be necessary for the Virginia Army National Guard (VAARNG) to cancel the event after award. �Any cancellation costs, with cancellation dates, which may be incurred should it be necessary to cancel the event after award, shall be submitted with the quote. �For example: Costs associated with a cancellation more than 14 days prior to the event may differ from associated costs should cancellation occur 5 days prior to the event. �Conditions associated with the costs shall be clearly annotated. 6. Provisions and Clauses A.�� �The following FAR and DFARS provisions are incorporated by reference and apply to this solicitation:� 52.204-7, System for Award Management (OCT 2018) 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)� 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)� 52.212-1, Instructions to Offerors Commercial Items (SEP 2021)� 52.222-22, Previous Contracts And Compliance Reports (FEB 1999) 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) 252.225-7974 (Dev), Representation Regarding Business Operations with the Maduro Regime (DEVIATION 2020-O0005), (FEB 2020) 252.239-7098 (Dev), Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites - Representation.(Deviation 2021-O0003), (APR 2021) B.�� �The following FAR and DFARS clauses are incorporated by reference and are applicable to this solicitation and any resulting award: 52.204-13, System for Award Management Maintenance (OCT 2018)� 52.204-19, Incorporation By Reference Of Representation And Certifications (DEC 2014)� 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018)� 52.222-19 (Dev), Child Labor - Cooperation with Authorities and Remedies (DEVIATION 2020-O0019), (JUL 2020)� 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (AUG 2018)� 52.232-39, Unenforceability of Unauthorized Obligations (June 2013)� 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)� 252.201-7000, Contracting Officer's Representative (DEC 1991)� 252.203-7002, Requirement To Inform Employees Of Whistleblower Rights (SEP 2013)� 252.204-7000, Disclosure Of Information (OCT 2016)� 252.204-7003, Control Of Government Personnel Work Product (APR 1992)� 252.204-7009, Limitations on the Use or Disclosure of Third-Party (OCT 2016)� 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019)� 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)� 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021)� 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (NOV 2020)� 252.225-7012, Preference For Certain Domestic Commodities (DEC 2017)� 252.225-7048, Export-Controlled Items (JUN 2013)� 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)� 252.232-7010, Levies on Contract Payments (DEC 2006)� 252.232-7017, Accelerating Payments to Small Business Subcontractors-- Prohibition on Fees and Consideration (APR 2020)� 252.243-7001, Pricing Of Contract Modifications (DEC 1991)� 252.244-7000, Subcontracts for Commercial Items (JAN 2021)� C.�� �The following FAR and DFARS provisions are incorporated by full text and apply to this solicitation and any resulting award. �Full text of a provision may be accessed electronically at https://www.acquisition.gov. �Supplemental information for applicable provisions is provided below. � 52.204-22, Alternate Line Item Proposal (JAN 2017)� 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) � see attachment number 2 52.204-26, Covered Telecommunications Equipment or Services-Representation (OCT 2020) � see attachment number 2 52.212-3, Offeror Representations and Certifications � Commercial Items (FEB 2021) � see attachment number 2 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-5, Authorized Deviations in Provisions (NOV 2020) � fill in text for paragraph (b) Defense Federal Acquisition Regulation Supplement (DFARS)(48 CFR 2) 252.203-7005, Representation Relating to Compensation of Former DOD Officials (NOV 2011)� 252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation (DEC 2019) � see attachment number 2 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation (MAY 2021) - see attachment number 2 D.�� �The following FAR and DFARS clauses are incorporated by full text and apply to this solicitation and any resulting award. Full text of a clause may be accessed electronically at https://www.acquisition.gov. �Supplemental information for applicable clause is provided below. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (SEP 2021)� The following FAR clauses included in 52.212-5 are applicable to this acquisition:� 52.203-19 (JAN 2017), 52.204-23 (JUL 2018),� 52.204-25 (AUG 2020),� 52.209-10 (NOV 2015),� 52.233-3 (AUG 1996),� 52.233-4 (OCT 2004),� 52.204-10 (JUN 2020),� 52.209-6 (JUN 2020),� 52.219-6 (NOV 2020),� 52.219-28 (SEP 2021), 52.222-3 (JUN 2003),� 52.222-19 (JAN 2020),� 52.222-21 (APR 2015),� 52.222-26 (SEPT 2016),� 52.222-36 (JUN 2020),� 52.222-50 (OCT 2020),� 52.223-18 (JUN 2020),� 52.224-3 (JAN 2017), 52.225-13 (FEB 2021),� 52.232-33 (OCT 2018),� 52.222-41 (AUG 2018),� 52.222-42 (MAY 2014),� �� �Fill-in text for clause 52.222-42 is as follows: �� �Code:�� ��� �Title:�� ��� ��� ��� �Grade:�� ��� �Hourly Rate: �� �24570�� ��� �Childcare Attendant�� ��� �GS-04�� ��� �$15.68 �� �24580�� ��� �Childcare Center Clerk�� ��� �GS06�� ��� �$19.55 �� �07260�� ��� �Waiter/Waitress�� ��� �WG03�� ��� �$15.34 �� �07130�� ��� �Food Service Workers�� ��� �WG02�� ��� �$13.96 �� �07041�� ��� �Cook I�� ��� ��� ��� �WG06�� ��� �$19.31 �� �07042�� ��� �Cook II�� ��� ��� ��� �WG08�� ��� �$21.94 �� �07070�� ��� �Dishwasher�� ��� ��� �WG02�� ��� �$13.96 �� �31290�� ��� �Shuttle Bus Driver�� ��� �WG06�� ��� �$19.31 �� �31260�� ��� �Parking and Lot Attendant�� �WG02�� ��� �$13.96 �� �11150�� ��� �Janitor�� ��� ��� ��� �WG02�� ��� �$13.96 �� �11122�� ��� �Housekeeper Aide�� ��� �WG02�� ��� �$13.96 �� �99050�� ��� �Desk Clerk�� ��� ��� �GS04�� ��� �$15.68 52.222-53 (MAY 2014), 52.222-55 (NOV 2020),� 52.222-62 (JAN 2017), and� 52.226-6 (JUN 2020).� 52.252-2, Clauses Incorporated by Reference (FEB 1998)� 52.252-6, Authorized Deviations in Clauses (NOV 2020) � fill in text for paragraph (b) Defense Federal Acquisition Regulation Supplement (DFARS)(48 CFR 2) 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (SEP 2011)� 252.232-7006, Wide Area Workflow Payment Instructions (DEC 2018) � fill in information to be provided at time of award � Attachments: 1. Information Sheet 2. Representations and Certifications 3. Performance Work Statement 4. Wage Determination - Virginia Beach
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/409d24839baf445a9883b4fc752ab582/view)
- Place of Performance
- Address: Virginia Beach, VA, USA
- Country: USA
- Country: USA
- Record
- SN06239061-F 20220212/220210230108 (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 |