Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 11, 2024 SAM #8111
SOLICITATION NOTICE

V -- G1, Meeting Package for Teen Resilience II and AFTB II

Notice Date
2/9/2024 1:21:10 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7PA USPFO ACTIVITY PR ARNG FORT BUCHANAN PR 00934 USA
 
ZIP Code
00934
 
Solicitation Number
W912LR24Q0099
 
Response Due
2/13/2024 1:00:00 PM
 
Archive Date
02/28/2024
 
Point of Contact
Maria del Mar Ruiz ( Contract Specialist), Phone: 787-289-1400 ext 7696, Rolando Perez
 
E-Mail Address
maria.d.ruizperez.mil@army.mil, rolando.perez.9@us.af.mil
(maria.d.ruizperez.mil@army.mil, rolando.perez.9@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 separate written solicitation will not be issued. This solicitation is issued as a request for Quote (RFQ) competed IAW FAR PART 13, Simplified Acquisition Procedures and FAR PART 12, Commercial Items. Quotes failing to meet all the terms and conditions of this solicitation; to include buy terms, line-item descriptions, and attachments, may not be evaluated for award. One (1) firm-fixed price (FFP) contract will be awarded as a result of this solicitation. Any reference to the term �BID� in this solicitation is used synonymously with the word �QUOTE�. Please see FAR 13.004-Legal effect of quotations. The Puerto Rico Army National Guard has a requirement to obtain quotes for a Meeting Package for two events: Teens Resilience Training II and AFTB II. These events will provide the necessary skills and tools to successfully maneuver through the military system, understand the military environment and its way of life, and access the many resources and services available. See �Performance Work Statements (2) �for more details. This requirement is a small business set-aside. The North American Industry Classification System (NAICS) Code is 721110 (Hotels (except Casino Hotels) and Motels) and the Size Standard for Small Business is $32.5 Million. Period of Performance: 23-25 February, 2024 Location: Puerto Rico. Basis of award: Award will be made to the lowest priced quote that meets all the technical requirements specified in this solicitation and outlined in the PWS. The Government intends to award a contract without discussions with respective offerors. Proposal�s that fail to meet the government�s schedule and ALL technical requirements will be deemed technically unacceptable and disqualified from competition. The following factors will be used to evaluate offers: A) Price and B) Technical. Price, Lowest Evaluated Acceptable Quote that meets Federal Government�s performance work statement. Technical Acceptability: Hotels/ Conference Room Meetings, will be expected to meet a minimum of Midscale quality. Technical acceptability will be based on the quotes compliance with the Solicitation and Performance Work Statement (PWS). Please place attention to the requirements depicted in Paragraph 5.0 (Requirements) of the PWS. Technical will be considered acceptable or unacceptable: Acceptable: Quote clearly meets the schedule and requirements of the solicitation. Unacceptable: The quote does not clearly meet the schedule and requirements of the solicitation. If you wish to compete, please submit your standard business Pro-Forma quote including and below Vendor Contact Information along with any other required information, directly to the POCs listed below. All offers must list Unique Entity ID number, CAGE code, and Federal TIN with Company name, POC, and phone number. To obtain or renew a Unique Entity ID number or CAGE code, please visit. https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Interested vendors shall submit the quote for all clins. Two events shall be at the same location. Clin 0001 Meeting package for Teens Resilience II: The Contractor shall provide, Meeting Package: including conference room, meals, lodging, and parking for a detailed description see Performance Work Statement (Teens Resilience II). Dates: 23, 24, 25 February, 2024 Lodging: 16 doble rooms Meals: for 26 attendees (See PWS for details) Parking: One Parking per room (16) Clin 0002 Meeting Package for AFTB II: The Contractor shall provide, Meeting Package: including conference room, meals, lodging, and parking for a detailed description see Performance Work Statement (AFTB II). Dates: 23, 24, 25 February 2024 Lodging: 25 doble rooms Meals for 25 attendees (See PWS for details) Parking: 30 parking spaces Contractor shall submit the quote for all clins. �Two events shall be at the same location. There is no need to include sales taxes in your pricing as a Certificate of Exempt Purchases can be furnished being an exempted Federal agency. Contractor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. � Quotes are due no later than Feb 13 , 2024 at 4:00 PM Eastern Standard Time (EST), Attachments Performance Work Statement Teens Resilience II Performance Work Statement AFTB II
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b930c44d18e84a3c87987e51059f1eb7/view)
 
Place of Performance
Address: San Juan, PR, USA
Country: USA
 
Record
SN06961459-F 20240211/240209230052 (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.