Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2024 SAM #8283
MODIFICATION

V -- YELLOW RIBBON REINTEGRATION PROGRAM EVENT - SEPTEMBER 2024 - WASHINGTON, DC

Notice Date
7/30/2024 8:13:30 AM
 
Notice Type
Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN24R5065
 
Response Due
8/13/2024 8:00:00 AM
 
Archive Date
08/28/2024
 
Point of Contact
Ronald M. Stinson, Phone: 6095627036, Amber Mears
 
E-Mail Address
ronald.m.stinson.civ@army.mil, amber.l.mears.civ@army.mil
(ronald.m.stinson.civ@army.mil, amber.l.mears.civ@army.mil)
 
Description
7/30/2024: See attached Solicitation, Amendment 0001 to Solicitation, Performance Work Statement and SCA Wage Determination. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format 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. (ii) The solicitation number W15QKN-24-R-5065, issued as Request for Proposal (iii) This Solicitation document and incorporated provisions and clauses are those in effort through Federal Acquisition Circular 202-01, Effective 1 October 2019. (iv) Solicitation W15QKN-24-R-5065 is issued as Unrestricted, NAVIS code 721110, Size Standard: $40,000,000.00. (v) See attachment �SOLICITATION - W15QKN-24-R-5065� for a list of contract line item information. (vi) This requirement is for Yellow Ribbon Reintegration Program in Washington, DC, in support of the 99th Readiness Division. (vii) See attachment �SOLICITATION - W15QKN-24-R-5065� for period of performance information, and delivery terms. (viii) Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. See attachment �SOLICITATION - W15QKN-24-R-5065� for additional information. (ix) Provision 52.21202, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. See attachment �SOLICITATION - W15QKN-24-R-5065� for additional information. (x) Offerors should include a completed copy of this provision at 52.212-3, Offeror Representations and Certifications � Commercial Items � Alternate I, with its offer. (xi) Clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. See attachment �SOLICITATION - W15QKN-24-R-5065� for additional information. (xii) Clause 52.212-5, Contract Terms and Conditions, Required To Implement Statues or Executive Order � Commercial Products and Commercial Services, applies to this acquisition. See attachment �SOLICITATION - W15QKN-24-R-5065� for additional information. (xiii) Additional contract requirements are identified in attachment �SOLICITATION - W15QKN-24-R-5065� (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating.� Not Applicable. (xv) See attachment �SOLICITATION - W15QKN-24-R-5065� for proposal die date/time and method of submission. (xvi) Contract information Regarding the Solicitation: Contracting Officer: Amber L. Mears, e-mail: amber.l.mears.civ@army.mil and Contract Specialist: Ronald M. Stinson, e-mail: ronald.m.stinson.civ@army.mil. If any issues occur when attempting to open any of the applicable documentation attached to this posting, the Government can provide a copy upon e-mail request to the Contract Specialist, and Contracting Officer.� The Offeror shall submit their Proposal electronically via email submission to the Contracting Officer and Contract Specialist.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/38c37a0c58c14b46801ae6ef0449d073/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07148130-F 20240801/240730230112 (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.