The RFP Database
New business relationships start here

MSANG Yellow Ribbon Reintegration Program Event


Mississippi, 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 the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W9127Q19R6001 is being issued as a Request for Quote (RFQ) with OPEN MARKET PRICING. This requirement is under NAICS 721110. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, effective December 20, 2018 and the Defense Federal Acquisition Regulations (DFARS) Publication Notice (DPN) 20181031 dated 31 October 2018. It is the contractors' responsibility to be familiar with applicable clauses and provisions.


The 172d Airlift Wing, Base Contracting Office, Jackson, MS intends to issue a contract for the following service: lodging, food service, and conference space located in the Jackson, MS area to host a Yellow Ribbon event in accordance with the attached Statement of Work (SOW). This solicitation is issued in order to acquire full-service support for the Yellow Ribbon event Scheduled for February 1-2, 2019. Required services include: (1) Hotel rooms; (2) Food Services; (3) Conference space/meeting rooms/child care rooms; and (4) Audio-visual support. The selected vendor shall provide all materials, labor, transportation and technical expertise necessary to complete this requirement.


Attachment 1 - Statement of Work - Dated 15 January 2019
Attachment 2 - CLIN Pricing Sheet

Period of Performance: Shall be February 1-2, 2019


Basis of Award: A purchase order will be awarded to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, Evaluation will be in accordance with FAR 13.106-1 and is based on Best Value to the Government with Price, Technical Acceptability, and Performance History all given equal consideration; To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Proposals shall include: (1) completion of Attachment 2 CLIN Pricing Sheet and (2) detailed description of services being offered in accordance with the Statement of Work.


This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs.


Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one contractor.


Deadline for receipt of your quote is established for no later than 12:00 P.M. CDT, Tuesday, January 22, 2019. Please email quote to usaf.ms.172-aw.mbx.contracting@mail.mil and adam.h.surkin.mil@mail.mil.


SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/.


The following FAR and DFARS provisions and clauses apply to this solicitation:


FAR 52.204-7, System for Award Management
FAR 52.204-8, Annual Representations and Certifications
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
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 52.204-21, Basic Safeguarding of Covered Contractor Information Systems
FAR 52.204-22, Alternative Line Item Proposal
FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FAR 52.212-1, Instructions to Offerors, Commercial Items
FAR 52.212-3, Offeror Representations and Certifications-Commercial Items
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, applies to this acquisition, and these additional FAR clauses cited in the clause are applicable to the acquisition:
52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Standards
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
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
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.252-1, Solicitation Provisions Incorporated by Reference
FAR 52.252-2, Clauses Incorporated by Reference
FAR 52.252-6, Authorized deviations in Clauses
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
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 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate
DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7031, Secondary Arab Boycott of Israel
DFARS 252.225-7048, Export-Controlled Items
DFARS 252.232-7003, Electronic Submission of Payment Requests
DFARS 252.232-7006, Wide Area Workflow Payment Instructions
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea


Contracting Office Address:
172 MSG/MSC
141 Military Drive
AW-30
Jackson, MS 39232


 


 


Adam Surkin, Contract Specialist, Phone 6014058656, Email adam.h.surkin.mil@mail.mil - Amber N. Young, Contracting Officer, Phone 6014058494, Email amber.n.young1.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP