The RFP Database
New business relationships start here

CHAPEL RESILIENCY EVENTS


New Mexico, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued.

2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Change Notice 20161222.


3) The standard industrial classification code is G002, NAICS is 624190, Small Business Size Standard for this NAICS code is $11,000,000.00.


4) Description:


The Contractor shall provide all management, curriculum, facilities/lodging, media, meals and childcare to conduct Marriage weekend retreats, Family Wellness Weekend retreats and Date Nights events per Live the Life curriculum OR EQUAL.


 


.
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 6 EA _________ ___________
MARRIAGE RETREATS
Six retreats/year. Each retreat for up to 20 couples + children for three days / two nights per Live the Life curriculum OR EQUAL. Please see PWS for complete requirements.
(Anticipated Period of Performance (POP) is 29 September 2017 - 28 September 2018)


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0002 8 EA _________ ___________
FAMILY WELLNESS WEEKEND RETREATS
Eight retreats/year. Six retreats for up to 80 people (20 couples + children) ; two retreats for up to 60 people (20 single parents + children) per Live the Life curriculum OR EQUAL. See PWS for complete requirements.
(Anticipated Period of Performance (POP) is 29 September 2017 - 28 September 2018)


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003 12 EA _________ ___________
DATE NIGHTS
12 per year. Based on max of 30 individuals (15 couples) per event per Live the Life curriculum OR EQUAL. See PWS for complete requirements.
(Anticipated Period of Performance (POP) is 29 September 2017 - 28 September 2018)


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0004 15 EA _________ ____________
TRAINING/CERTIFICATION
for Adventures in Marriage retreats per Live the Life curriculum OR EQUAL.
See PWS for complete requirements.
(Anticipated Period of Performance (POP) is 27 September 2017 - 29 September 2017)


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0005 1 EA _________ ____________
TRAINING/CERTIFICATION
for Family Wellness retreats per Live the Life curriculum OR EQUAL.
See PWS for complete requirements
(Anticipated Period of Performance (POP) is 29 September 2017 - 28 September 2018)


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0006 4 EA _________ ____________
CERTIFIERS/ TRAINERS TRAVEL
Program certifiers/trainers (travel, hotel, per diem, car rental, etc.) for both Adventures in Marriage and Family Wellness Weekend Retreats per Live the Life curriculum OR EQUAL. See PWS for complete requirements.
(Anticipated Period of Performance (POP) is 27 September 2017 - 26 September 2018)


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0007 5840 EA _________ ____________
CHILDCARE
Adventures in Marriage - 40 children/retreat x 6 retreats x 11hrs
Family Wellness Weekend retreats 20 children x 8 retreats x 11 hrs
Date Nights 30 children x 12 retreats x 4hrs. See PWS for complete requirements.
(Anticipated Period of Performance (POP) is 29 September 2017 - 28 September 2018)


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001 6 EA _________ ___________
MARRIAGE RETREATS
Six retreats/year. Each retreat for up to 20 couples + children for three days / two nights per Live the Life curriculum OR EQUAL. Please see PWS for complete requirements.
(Anticipated Period of Performance (POP) is 29 September 2018 - 28 September 2019)


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1002 8 EA _________ ___________
FAMILY WELLNESS WEEKEND RETREATS
Eight retreats/year. Six retreats for up to 80 people (20 coupples + children) ; two retreats for up to 60 people (20 single parents + children) per Live the Life curriculum OR EQUAL. See PWS for complete requirements.
(Anticipated Period of Performance (POP) is 29 September 2018 - 28 September 2019)


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1003 12 EA _________ ___________
DATE NIGHTS
12 per year. Based on max of 30 individuals (15 couples) per event per Live the Life curriculum OR EQUAL. See PWS for complete requirements.
(Anticipated Period of Performance (POP) is 29 September 2018 - 28 September 2019)


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1004 15 EA _________ ____________
TRAINING/CERTIFICATION
for Adventures in Marriage retreats per Live the Life curriculum OR EQUAL.
See PWS for complete requirements.
(Anticipated Period of Performance (POP) is 29 September 2018 - 28 September 2019)


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1005 1 EA _________ ____________
TRAINING/CERTIFICATION
for Family Wellness retreats per Live the Life curriculum OR EQUAL.
See PWS for complete requirements
(Anticipated Period of Performance (POP) is 29 September 2018 - 28 September 2019)


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1006 4 EA _________ ____________
CERTIFIERS/ TRAINERS TRAVEL
Program certifiers/trainers (travel, hotel, per diem, car rental, etc.) for both Adventures in Marriage and Family Wellness Weekend Retreats per Live the Life curriculum OR EQUAL. See PWS for complete requirements.
(Anticipated Period of Performance (POP) is 29 September 2018 - 28 September 2019)


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1007 5840 EA _________ ____________
CHILDCARE
Adventures in Marriage - 40 children/retreat x 6 retreats x 11hrs
Family Wellness Weekend retreats 20 children x 8 retreats x 11 hrs
Date Nights 30 children x 12 retreats x 4hrs. See PWS for complete requirements.
(Anticipated Period of Performance (POP) is 29 September 2018 - 28 September 2019)



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1001 6 EA _________ ___________
MARRIAGE RETREATS
Six retreats/year. Each retreat for up to 20 couples + children for three days / two nights per Live the Life curriculum OR EQUAL. Please see PWS for complete requirements.
(Anticipated Period of Performance (POP) is 29 September 2019 - 28 September 2020)


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2002 8 EA _________ ___________
FAMILY WELLNESS WEEKEND RETREATS
Eight retreats/year. Six retreats for up to 80 people (20 coupples + children) ; two retreats for up to 60 people (20 single parents + children) per Live the Life curriculum OR EQUAL. See PWS for complete requirements.
(Anticipated Period of Performance (POP) is 29 September 2019 - 28 September 2020)


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2003 12 EA _________ ___________
DATE NIGHTS
12 per year. Based on max of 30 individuals (15 couples) per event per Live the Life curriculum OR EQUAL. See PWS for complete requirements.
(Anticipated Period of Performance (POP) is 29 September 2019 - 28 September 2020)


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2004 15 EA _________ ____________
TRAINING/CERTIFICATION
for Adventures in Marriage retreats per Live the Life curriculum OR EQUAL.
See PWS for complete requirements.
(Anticipated Period of Performance (POP) is 29 September 2019 - 28 September 2020)


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2005 1 EA _________ ____________
TRAINING/CERTIFICATION
for Family Wellness retreats per Live the Life curriculum OR EQUAL.
See PWS for complete requirements
(Anticipated Period of Performance (POP) is 29 September 2019 - 28 September 2020)


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2006 4 EA _________ ____________
CERTIFIERS/ TRAINERS TRAVEL
Program certifiers/trainers (travel, hotel, per diem, car rental, etc.) for both Adventures in Marriage and Family Wellness Weekend Retreats per Live the Life curriculum OR EQUAL. See PWS for complete requirements.
(Anticipated Period of Performance (POP) is 29 September 2019 - 28 September 2020)


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
2007 5840 EA _________ ____________
CHILDCARE
Adventures in Marriage - 40 children/retreat x 6 retreats x 11hrs
Family Wellness Weekend retreats 20 children x 8 retreats x 11 hrs
Date Nights 30 children x 12 retreats x 4hrs. See PWS for complete requirements.
(Anticipated Period of Performance (POP) is 29 September 2019 - 28 September 2020)



The following provisions applies to this acquisition:


FAR 52-212-1 Instructions to Offerors - Commercial Items


A. To ensure timely and equitable evaluation of the quotes, the offeror must follow the instructions contained herein. The quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ.
B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional data will be requested. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists, offerors may be required to submit cost and pricing data to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price.
C. Documents submitted in response to this RFQ must be fully responsive to and consistent with the following:
1. Requirements of the RFQ (CLINs), Performance Work Statement (PWS), and
Government standards and regulations pertaining to the PWS.
2. Instructions and the evaluation factors for award as stated.
3. All documents shall be submitted electronically.
DETAILED INSTRUCTIONS: The quote shall consist of three (3) separate parts;
Part I - Technical Capability*
Part II - Past Performance Information
Part III - Price Schedule


PART I - TECHNICAL CAPABILITY- Limited to no more than 10 (Ten) pages. Submit one (1) original copy AND one (1) redacted copy**.


Subfactor 1 - Technical Approach: The contractor shall submit a written approach that demonstrates a clear understanding of the overall contract requirements.

Subfactor 2 - Training and Curriculum Certifications: The contractor shall provide a training and ceritification plan and schedule in accordance with PWS Para 1.5.


Notes: * Technical rating is either "acceptable" or "unacceptable". If any element of Subfactor 1 or 2 is "unacceptable" all of Technical is unacceptable. Only those offers whose technical capability is rated "acceptable" will be considered.
**Redacted copies shall be submitted in the same manner as original copies. Information to be redacted shall include all references to the offeror's company, i.e. company names/ key personnel names and company logos/symbols.


PART II - PAST PERFORMANCE INFORMATION - Only references for recent and relevant contracts are desired. For completed contracts, provide any information currently available (letter, metrics, customer surveys, independent survey, etc.) which demonstrate customer satisfaction with overall job performance. For any current and ongoing efforts/contracts (similar in scope, magnitude of effort and complexities required for this solicitation.) explain corrective actions taken, if any, for substandard performance and any current performance problems. Offerors may be asked to respond to adverse past performance information to which the offeror has not previously had an opportunity to respond.


Past Performance Reference List: Provide a list of no more than three (3), of the most recent and relevant contracts performed. Each referenced contract will include the following information:


i. Contract Title
ii. Contract number/Task Order Number or other reference
iii. Period of Performance
iv. Company name
v. Point of Contact information, name, telephone number, and e-mail of the contracting representative
vi. Summary of contract
vii. Estimated contract price


Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the quote a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor.


Formatting - Format Quote Parts I and II as follows:


(a) The quote will be 8 1/2" x 11" except for attachments such as charts, tables, or diagrams.
(b) A page is defined as one face of a sheet of paper containing information.
(c) Typing shall not be less than 12 pitch.
(d) Elaborate formats, bindings or color presentations are not required.
(e) Microsoft Word or Adobe PDF format is acceptable.


PART III - PRICE SCHEDULE - Submit one (1) original copy.


(a) Insert proposed unit and extended prices in the Pricing Schedule. The extended amount must equal the whole dollar unit price multiplied by the number of units.


(b) Complete the necessary fill-ins and certifications in provisions incorporated into the RFQ by full text and return along with the quote.


TOTAL CONTRACT PRICE $
Our company certifies that it ☐ does ☐ does not have the capability to provide the requested service in accordance with federal, state, and local laws and regulations at the price listed above.


Signature:___________________________ Company:__________________________


Title:_______________________________


 


FAR 52.212-2 Evaluation - Commercial Items:


This provision is incorporated by reference, and paragraph (a) is modified to read as follows:


(a) This is a competitive best value source selection in which the Government will award a contract resulting 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 Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process:


1. Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of Item Descriptions stated above and the attached required specifications, the stated Delivery Date, and Quality Products (i.e., products brochures and/or products data shall be attached to the price proposal).
2. Past Performance
3. Price

Technical and past performance, when combined are significantly more important than price.


(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).


(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.


(End of Provision)



The following FAR clauses applies to this acquisition:


FAR 52.212-4 Contract Terms and Conditions - Commercial Items
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items.


Only the following FAR clauses are incorporated in paragraph (b) of FAR 52.212-5:

FAR 52.219-6 Notice of Total Small Business Aside,
FAR 52.219-13 Notice of Set-Aside of Orders,
FAR 52.219-28 Post Award Small Business Program Rerepresentation,
FAR 52.222-3 Convict Labor
FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies,
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-26 Equal Opportunity
FAR 52.222-35 Equal Opportunity for Veterans,
FAR 52.222-36 Affirmative Action for Workers with Disabilities
FAR 52.222-37 Employment Reports on Veterans
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving
FAR 52.232-33 Payment By Electronic Funds Transfer-System for Award Management


The following clauses and provisions will be added to the subsequesnt contract:


By reference:
FAR 52.204-7 System for Award Management.
FAR 52.204-13 System for Award Management Maintenance.
FAR 52.204-16 Commercial and Government Entity Code Reporting.
FAR 52.204-18 Commercial and Government Entity Code Maintenance.
FAR 52.204-19 Incorporation by Reference of Representations and Certifications.
FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems.
FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment.
FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations.
FAR 52.222-50 Combating Trafficking in Persons.
FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications.
FAR 52.233-1 Disputes.
FAR 52.233-4 Applicable Law for Breach of Contract Claim.


 


By full text:
FAR 52.204-17 Ownership or Control of Offeror
FAR 52.204-20 Predecessor of Offeror
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.
FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation
FAR 52.232-25 Prompt Payment
FAR 52.252-1 Solicitation Provisions Incorporated by Reference
FAR 52.252-2 Clauses Incorporated by Reference
FAR 52.252-3 Alterations in Solicitation
FAR 52.252-4 Alterations in Contract
FAR 52.252-5 Authorized Deviations in Provisions
FAR 52.252-6 Authorized Deviations in Clauses


The following DFARS clauses cited are applicable to this solicitation:
By reference:
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7000 Disclosure Of Information
DFARS 252.204-7003 Control of Government Personnel Work Product
DFARS 252.204-7004 Alternate A, System for Award Management
DFARS 252.204-7006 Billing Instructions
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.222-7007 Representation Regarding Combating Trafficking in Persons
DFARS 252.223-7006 Prohibition of On Storage, Treatment, and Disposal of Toxic or Hazardous Materials
DFARS 252.223-7008 Prohibition of Hexavalent Chromium
DFARS 252-225-7001 Buy American and Balance of Payments Program
DFARS 252-225-7002 Qualifying Country Sources as Subcontractors
DFARS 252-225-7048 Export Controlled Items
DFARS 252.232-7003 Electronic Submission of Payment Request
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.225-7048 Export-Controlled Items
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.239-7010 Cloud Computing Services
DFARS 252.243-7001 Pricing Of Contract Modification
DFARS 252.243-7002 Request for Equitable Adjustment
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations


By full text:
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.239-7009 Representation of Use of Cloud Computing



The following AFFARS clause cited is applicable to this solicitation:


AFFARS 5352.201-9101 Ombudsman


1) Quotes must be signed, dated and submitted by September 23, 2017 at 10:00AM Mountain Standard Time. Quotes shall be electronically submitted via email and received by both of the following points of contact (POC). Failure to email both POC's may result in an unsuccessful offer.


Primary: SrA Denny De Guzman - denny_chris.de_guzman.1@us.af.mil
Alternate: SrA Jacob Silbaugh - jacob.silbaugh@us.af.mil


2) For further inquiries, please email the POC's listed above or the Contracting Officer, MSgt Luis Cibrian at luis.cibrian@us.af.mil


Attachments:
1. COMBO Document
2. PWS

Denny Chris R. De Guzman, Phone (575)784-6207, Email denny_chris.de_guzman.1@us.af.mil - Jacob C. Silbaugh, Phone 5757840496, Email jacob.silbaugh@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP