The RFP Database
New business relationships start here

WI ANG Couples Strong Bonds Events


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

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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) Solicitation W912J2-19-Q-5003 is issued as a Request for Quotation (RFQ).


(iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, effective 26 Oct 2018, and Defense Acquisition Circular, effective 31 Oct 2018.


(iv) This RFQ is solicited as 100% Small Business Set-Aside. The NAICS code is 721110 with a small business size standard of $32.5 million.


(v) The Wisconsin Air National Guard is seeking a venue for the following dates:
CLIN 0001 January 17-19 2019
CLIN 0002 February 14-16 2019
CLIN 0003 March 14-16 2019
CLIN 0004 April 11-13 2019
CLIN 0005 August 2019 (Please provide available dates Thurs-Sat)
CLIN 0006 September 19-21 2019


(vi) Description of requirement: The WI Air National Guard is hosting a Strong Bonds event for Couples. Seeking venues in Wisconsin: Green Lake, Lake Geneva, Downtown Milwaukee, or Madison. See attached Statement of Work (SOW) for specifications.


(vii) A firm fixed price contract is anticipated. The Government reserves the right to award to multiple contractors based on contractor availability. Preference will be given to those who can perform multiple CLINs.


(viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (DEVIATION 2018-O0013), applies to this acquisition.
Instructions to Offerors:
1. Quotes in response to this solicitation must include the Offeror's CAGE Code or DUNS Number.
2. Quotes must be valid through September 30, 2019.
3. Provide pricing on attached spreadsheet.
4. Provide pricing for one or more CLINs. The Government reserves the right to award to multiple contractors based on contractor availability. The Government may include any of the CLINs as options to the awarded contract.


(ix) Evaluation will be based on lowest price technically acceptable. Technical acceptability includes:
1. Conformance to the Statement of Work, and
2. A site visit by the Strong Bonds coordinator and other interested parties to assess the safety, comfort, health, and cleanliness of the facility; which will be rated as either acceptable or unacceptable.


(x) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with a quote, or be currently registered in the SAM website with Representations and Certifications completed.


(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.


(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii.


(xiii) The following additional agreement requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition:


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


52.217-5 Evaluation of Options - Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).


In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF.


The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at http://farsite.hill.af.mil.
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.219-6 (DEVIATION 2019-O0003) 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
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policy 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
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil)
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.232-7010 Levies on Contract Payments
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea


(xiv) DPAS Rating does not apply to this acquisition.


(xv) Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received.


(xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered


Kristin Zahn, Contracting Officer, Phone 4149448517, Email kristin.n.zahn.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP