The RFP Database
New business relationships start here

Venue for Yellow Ribbon Event


Nebraska, United States
Government : Military
RFP
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.

Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available.


Solicitation Number: W91243-18-Q-BX14 is issued as a Request for Quote (RFQ)


Solicitation Date: 22 June 2018


Description: Firm Fixed Priced Contract for the Yellow Ribbon Event on August 11th, 2018, requirements described in the attached Statement of Work (SOW):


Item 0001: Lodging
Item 0002: Conference Spaces
Item 0003: Child Care Space
Item 0004: Audio/Visual Equipment Rental
Item 0005: Breakfast (Adult)
Item 0006: Lunch (Adult)
Item 0007: Light Refreshments (Adult)
Item 0008: Breakfast (Child)
Item 0009: Lunch (Child)
Item 0010: Light Refreshments (Child)


Quotations Due: NLT 10:00 a.m. CST, 10 July 2018. Quotes may be emailed to danielle.a.nuss.mil@mail.mil or delivered to: USPFO for NE P & C, JFHQ Bldg 1, Room 2203, 2433 NW 24th Street, Lincoln NE 68524-1801.


Questions Due: All questions concerning this solicitation shall be sent to the POC listed below no later than 1:00 p.m. CST on 3 July 2018.


Point of Contact:
Danielle Nuss, (402) 309-8269, danielle.a.nuss.mil@mail.mil


Place of Contract Performance: TBD (see attached SOW)


This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The North American Industry Classification System (NAICS) Code is 721110 and the small business size standard is $32,500,000. Classification Code is X - Lease or rental of facilities.


*** To be considered for award, you or your company must be registered with SAM at https://www.sam.gov/portal/public/SAM/. Please note that electronic funds transfer through WAWF is the ONLY acceptable means of invoicing and payment. Refer to https://wawf.eb.mil for registration information. Offerors must provide their DUNS number, CAGE/NCAGE code, and confirmation of their registration along with their quote.


This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, effective 15 June 2018.


The Defense Priorities and Allocation System (DPAS) assigned rating is: none.


The selected Offeror must comply with the following commercial item terms and conditions.
Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition.


Provision 52.212-2, Evaluation - Commercial Items applies and the government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the Best Value to the government, price and other factors considered. Best Value is defined as an award based on the greatest overall benefit in response to the requirement. Award for this requirement is based on the following evaluation factors: Technical, Past Performance, and Price.


Technical - Technical approach meets the solicitation requirements. Please provide your event plan to include but not limited to the venue location, capabilities, amenities, breakfast, lunch, and light refreshments menus for both the adults and children. *The Government reserves the right to send a team of representatives from the Contracting Office, Fire Department, Military Public Health, Safety, and Force Protection/Security to inspect the venue prior to contract award.


Past Performance - Relevant and recent past performance will be reviewed. The Government will evaluate past performance information through the Past Performance Information Retrieval Systems (PPIRS.) The Government will review up to the three (3) most recent contracts which the quoter has performed or is currently performing that are similar in size, scope, and complexity to this requirement. A contract is considered recent if it was completed within the last three (3) years of the closing date of the RFQ or is currently being performed. Quoters are also advised that only relevant experience will be evaluated for the purposes of past performance; however, the absence of past performance data will be rated neither favorably nor unfavorably (i.e. neutral).
Offerors must include a completed copy of the Provision


52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-53. The following FARS provisions or clauses apply: 52.232-39, 52.232-40. The following DFARS provisions or clauses apply: 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7008, 252.204-7011, 252.204-7012, 252.204-7015, 252.211-7003, 252.223-7008, 252.232-7003, 252.232-7006, 252.232-7010, and 252.244-7000.The full text of a FAR and DFARS provision or clause may be accessed electronically at http://farsite.hill.af.mil/.


 


Danielle A. Nuss, Phone 4023098269, Email danielle.a.nuss.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP