Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2024 SAM #8138
SOLICITATION NOTICE

V -- Meeting package-Strong Bonds-Singles Event 156th WG P.R ANG

Notice Date
3/7/2024 8:02:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7PA USPFO ACTIVITY PRANG 156 CAROLINA PR 00979-1514 USA
 
ZIP Code
00979-1514
 
Solicitation Number
W50S9324QA006
 
Response Due
3/18/2024 8:00:00 AM
 
Archive Date
04/02/2024
 
Point of Contact
Maj. Rolando Perez, Phone: 7872539537, Angel F. Solis/Contract Specialist, Phone: 7872535238
 
E-Mail Address
rolando.perez.9@us.af.mil, angel.solis.2@us.af.mil
(rolando.perez.9@us.af.mil, angel.solis.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Description This is a combined synopsis solicitation number W50S9324QA006 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 156th Wing Contracting Office of the Puerto Rico Air National Guard intends to utilize this Request for Quote (RFQ), to obtain offers to perform a �Strong Bonds for Singles� Event Meeting Services Package, in the greater San Juan-Isla Verde area and within 25 miles of Mu�iz Air National Guard Base, Carolina, Puerto Rico. The Government intends to select one contractor. The responses to this RFQ are intended to be evaluated, and award made, without discussions unless discussions are deemed to be necessary. Since award will be based on initial responses, quoters are highly encouraged to quote their most advantageous pricing in their initial response. This requirement is being solicited 100% small business set-aside. The NAICS code for this acquisition is 721110 and the Small Business size standard is $40,000,000.00.� All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with System for Award Management (SAM) at http://www.sam.gov. The Period of Performance shall be two nights and three days. (19-21 April, 2024 for 20 participants or unit members) The purpose of this requirement is to perform �Strong Bonds for Singles Event Meeting Services Package�.� The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, as defined in the Performance Work Statement (PWS (See Attachment 1, PWS) under paragraph 5.0 (Requirements), for further details.� Geographic Location. The hotel shall be extended to all eligible locations around the island with a strong preference for the Metropolitan Area. Please review all sought requirements thoroughly as incomplete offers will not be considered for evaluation. Vendors shall respond to this RFQ by submitting their offers by email on or before 18 March 2024 at 11:00 AM Eastern Time (ET) at angel.solis.2@us.af.mil and request to have their email submissions acknowledged by 156th Wing Contracting Office as received.� A complete offer constitutes the following; Enclosed SF Form 1449 completed reflecting prices in each of the five (5) contract line items of section titled �Supplies or Services & Prices or Costs� depicting sought services and block (s) 17 (Contractor�s name and cage code) and block 30 (all letters) as a sign of acknowledgment. Hotel Property proforma/run of the house to serve as a source document to reflect quoted services and pricing breakdown (and any other pertinent conditions or considerations) Any quote, modification, or revision of a quote received after the exact time specified for receipt of quotes is considered �late�.� Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered. All quoters must list Unique Entity Identifier (UEI) number, CAGE code, and Federal TIN with Company name, POC, and phone number. To obtain or renew a UEI number or CAGE code, please visit https://www.sam.gov.� Lack of registration in the SAM database will make a quoter ineligible for award. Vendor 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://piee.eb.mil/ to complete your free of charge registration. Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 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. A)���������� Price, Lowest Evaluated Acceptable Quote that meets Federal Government�s local per diem/lodging rate for San Juan-Isla Verde, Puerto Rico. B)����������� Technical Acceptability: Hotels will be expected to meet a minimum of Midscale quality. Economy style hotels will not meet technical requirements. 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: 1.����������� Acceptable: Quote clearly meets the schedule and requirements of the solicitation. 2.����������� Unacceptable: The quote does not clearly meet the schedule and requirements of the solicitation. For the purposes of evaluating proposed lodging pricing, our agency shall adhere by mandated current Department of Defense (DoD) travel rates or Pier Diem applicable to determine its reasonability. To review current rates, visit the following link; https://www.defensetravel.dod.mil/site/perdiemCalc.cfm . See solicitation contained Performance Work Statement for more details. ****Clauses and Provisions**** FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) FAR 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) FAR 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JAN 2017) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (JAN 2017) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS -- ALTERNATE I (OCT 2014) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS�COMMERCIAL ITEMS (JAN 2017) FAR 52.212-5 (Deviation) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-- COMMERCIAL ITEMS (JAN 2017) FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) FAR 52.222-26 EQUAL OPPORTUNITY (SEP 2016) FAR 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015) FAR 52.222-55 MINIMUM WAGES UNDER EXECUTIVE ORDER 13658 (DEC 2015) FAR 52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS (OCT 2015) FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) FAR 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1981) DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) DFARS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) DFARS 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) DFARS 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) DFARS 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016) DFARS 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016) DFARS 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM-- STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015) DFARS 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) DFARS 252.225-7000 BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE BASIC (NOV 2014) (NOV 2014) DFARS 252.225-7036 BUY AMERICAN-FREE TRADE AGREEMENTBALANCE OF PAYMENTS PROGRAM BASIC (DEC 2016) (DEC 2016) DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013) DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) DFARS 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA�BASIC (APR 2014) DFARS 252.247-7024 NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA (MAR 2000) 52.232-18 AVAILABILITY OF FUNDS
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/42ec6fd436a94c13be9f3cd2a9c0289b/view)
 
Place of Performance
Address: Carolina, PR 00979, USA
Zip Code: 00979
Country: USA
 
Record
SN06989249-F 20240309/240307230043 (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.