The RFP Database
New business relationships start here

FETI EVENT


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

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 written solicitation will not be issued.

The South Carolina National Guard will award a Firm-Fixed Price Contract. This announcement constitutes only the solicitation; a Performance Work Statement (PWS) is provided. This solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-95. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil/.


This solicitation, W912QG-19-R-00026, is being issued as a Request for Quote. This procurement is full and open competition. The NAICS code for this acquisition is 721110 with a size standard of $32.5 million.
The South Carolina Army National Guard needs hotel and meeting space accommodations for a certified Forensic Experimental Trauma Interview Workshop being held 24-26 June 2019. This location must be a full service hotel located within Columbia, SC zip code 29201. Restaurants or catering services must be available on the premise. The contract will be awarded to the lowest priced technically acceptable proposal. Technical acceptability is meeting all solicitation AND performance work statement (PWS) requirements (SEE ATTACHMENT). A site visit to the hotel may be required prior to award. The Place of Performance will be the hotel provided in the selected offer.
Vendor is required to identify the number and types of rooms in their quotes if they are not broken down into double size bed rooms, king size bed rooms, queen size bed rooms or two queen size bed rooms on the line items. All sleeping rooms must be at or below the Government's per diem rate.


The quantities listed are ESTIMATES ONLY. No more than the requested quantities will be required; should less quantities be required due to registration numbers for the event, the vendor shall invoice ONLY FOR QUANTITIES USED. Final counts shall be given to the vendor NO LATER THAN June 7, 2019 at 5:00 PM EST.


This solicitation is not for third party vendors or event planners. Quotes must come directly from the hotel. For quoting this event, be sure to follow the Contract Line Item Structure listed below. Remember that the Government is a tax exempt organization and we are not able to pay service fees or gratuities.
Master Bill (ON CONTRACT)


Line Item 0001: Hotel Rooms
Sunday night/60 rooms, Monday night/60 rooms and Tuesday Night/60 rooms Quantity: 180
Unit of issue: Each

Unit Price: $ Line Item Total:


Line Item 0002: Occupancy Tax (if applicable)
Sunday night/60 rooms, Monday night/60 rooms and Tuesday Night/60 rooms Quantity: 180
Unit of issue: Each Unit Price: $ Line Item Total:


Line Item 0003: Breakfast Coupons Monday - Qty. 60
Tuesday - Qty. 60 Wednesday- Qty. 60
Quantity: 180
Unit of issue: Each Unit Price: $ Line Item Total:



Line Item 0004: (1) General Session Room (Monday - Wednesday), and (1) breakout rooms Quantity: 1
Unit of issue: Lot Unit Price: $
Line Item Total:


Line Item 0005: AV Support Package on Monday-Wednesday
Quantity: (1) Wireless Mic, (1) 10" Screen with Support Package, (1) Internet Connection, Unit of issue: Lot
Unit Price: $ Line Item Total:


Line Item 0006: Parking Passes Quantity: 180
Unit of issue: Lot Unit Price: $
Line Item Total:


 



Grand Total CLINs 0001-0006:
The following FAR/DFAR clauses and provisions are applicable to this acquisition:



52.203-19 Prohibition on Contracting with Entities that Require Certain Internal

Confidentiality Agreements of Statements
52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance
52.204-21 Basic Safeguarding of Covered Contractor Information System 52.204-22 Alternative Line Item Proposal
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-18 Variation in Estimated Quantity
52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation--Commercial items
Basis of Award: Lowest Priced Technically Acceptable (LPTA). Technical acceptable is meeting all solicitation and performance work statement (PWS) requirements.
52.212-3 ALT I Offeror Representations and Certifications--Commercial Items.
Include completed copy of this provision with your proposal or indicate (with DUNS Number) that current information is available on the federal government website SAM (https://www.sam.gov/).
52.212-4 Contract Terms and Conditions--Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Deviation 2013-O0019)
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor
52.222-19 Child Labor -- Cooperation with Authorities and Remedies 52.222-21 Prohibition Of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity For Workers With Disabilities 52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated By Reference
52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses
252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 255.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Unique Identification and Valuation
252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items


To be awarded this contract, the offeror must be registered in the System for Award Management (SAM). The registration must be ACTIVE. The website for SAM is https://www.sam.gov/portal/public/SAM/. All vendors MUST have a publicly visible registration in SAM. Duns & Bradstreet, CAGE Code & Federal Tax ID number, and solicitation number MUST be listed on quotes. Please complete requirements at FAR 52.212-3.
All questions in response to this notice must be submitted by email to fontane.l.mathis.mil@mail.mil no later than 10:00am (EST) Monday, April 29, 2019. Please include the Solicitation number in the subject line of the email.


The deadline for quotes is Monday, May 6, 2019 by 12:00 PM EST. Email final quotes to fontane.l.mathis.mil@mail.mil. Please include the Solicitation number in the subject line of the email.


Fontane L. Mathis, Contracting Managment Officer, Phone 8032994024, Email fontane.l.mathis.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP