The RFP Database
New business relationships start here

Yellow Ribbon Coordination Services FY20 for CA Army National Guard


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

                       YELLOW RIBBON COORDINATION SERVICES Fiscal Year 2020
                                       Solicitation Number: W912LA-20-Q-0001 

1. Solicitation. This is a combined synopsis/solicitation for commercial services 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; offers are being requested and a written solicitation WILL NOT be issued. 

This procurement is unrestricted.

The CA Army National Guard intends to utilize this Request for Quote (RFQ), under solicitation number W912LA-20-Q-0001, to award a Firm Fixed Price (FFP) type contract for coordination services for hotel conference room rentals and amenities to support the Yellow Ribbon's mission in California to support the California Army National Guard Yellow Ribbon Program in Anaheim, Sacramento, Valencia and Fresno, CA on various dates from November 2019 - September 2020. The government intends to award one contract to the responsive & responsible offeror whose offer is the Lowest Price and Technically Acceptable (LPTA) to the Government. See Attachment 2 Clauses Provisions FY2020 Venues, FAR 52.212-2 Evaluation - Commercial Items, for more details.

This document and attached incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06 dated September 10, 2019, Defense Acquisition Circular DPN 20190628 effective Friday, June 28, 2019, and Army Federal Acquisition Regulation Supplement Revision #28 dated 1 May 2019.

See the attached Price Sheet, Attachment 1 Price Sheet YR Venues FY2020 in accordance with FAR 12.603(c)(v).

The associated North American Industrial Classification System (NAICS) code for this acquisition is 721110, with a small business size standard of $35.5 million dollars.

Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) Alternate I (Oct 2014), or ensure the Representations and Certifications are updated at www.sam.gov. FAR 52.212-1, Instructions to Offerors - Commercial Items, FAR 52.212-4, contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, apply to this solicitation and are listed in Attachment 2 Clauses Provisions FY2020 Venues. Attachment 2 Clauses Provisions FY2020 Venues identifies the applicable clauses and provisions to this RFQ. All clauses and provisions may be found in full text at the following sites: DFARS: http://farsite.hill.af.mil
FAR: https://www.acquisition.gov/browse/index/far

2. General Description of Requirement. The Government has a need for a vendor who is able to provide all of the conference spaces and amenities (i.e.; breakfast, lunch, water) for informational meetings. The room totals for the amount of attendees, general concession room to accommodate the proper number of attendees comprised of single and family units, breakout rooms that can accommodate the proper amount attendees each and comprised of "classroom" style seating, a general use room to accommodate children and staff and a small meeting space are described in better detail in FY2020 Yellow Ribbon Venues Purchase Description.

3. Basis for Award. The Government intends to award without discussions one Firm Fixed Price (FFP) contract to a vendor who is able to provide all of the conference spaces and amenities (i.e.; breakfast, lunch, water) for informational meetings. Award will be made to the lowest price responsible offeror that is determined to be technically acceptable. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all.

Since award will be based on initial responses, offerors are highly encouraged to offer their most advantageous pricing in their initial response. The responses to this RFQ are intended to be evaluated, and award made without discussions, unless discussions are deemed to be necessary by the Contracting Officer.

4. Award Evaluation. For this procurement, award determination will be made as
Lowest Price Technically Acceptable (LPTA). See Attachment 2 Clauses Provisions
FY2020 Venues, FAR 52.212-2 Evaluation - Commercial Items, for more details. The
following 2 factors will be used to evaluate offers:
1. Total Aggregate Price.
2. Relevant Experience to also include the hotels the vendor intends to offer for
all events with letters of commitment. Hotels must be AAA 3-Star/Diamond
rated. No more than 2 pages.

5. Additional Instructions to Offerors. Vendors shall respond to this RFQ via email
by THURSDAY, October 17, 2019 by 11:00 A.M., Pacific Standard Time (PST). All offers will be EMAILED to the Contract Specialist; Thomas Lamont at thomas.r.lamont3.civ@mail.mil, before the due date and time specified. In the email SUBJECT insert: "W912LA-20-Q-0001 Quote".

Any offer, modification, or revision of an offer received after the exact time specified for receipt of offers is "late" and may not be considered.

All offers must list DUNS number, CAGE code, and Federal TIN with Company name,
POC, and phone number. To obtain or renew a DUNS number or CAGE code, please
visit https://www.sam.gov. Lack of registration in the SAM database will make an
Offeror ineligible for award.

Vendor must also be registered in Wide Area Work Flow (WAWF) to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration.

6. Questions. All questions regarding the RFQ package must be submitted to the above
email address NLT 4 days prior to the close of the solicitation. In the email SUBJECT
insert: "W912LA-20-Q-0001 Vendor Questions" email to, Thomas Lamont at
thomas.r.lamont3.civ@mail.mil . Any questions asked over the telephone will not be
answered. Any questions received after this date and time may not be answered.
Responses to questions will be posted following the question response deadline.

7. Organizational Conflicts of Interest. All offerors shall identify any conflict of
interest or appearance issues that might be a potential organizational conflict of interest.

8. Notice to Offerors. The Government reserves the right to cancel this RFQ, either
before or after the closing date. In the event the Government cancels this solicitation, theGovernment has no obligation to reimburse an offeror for any costs. Submitted offers shall be valid for 60 days after the closing date of the RFQ.

9. Anticipated Award Date. The Government anticipates awarding this contract by
WEDNESDAY, OCTOBER 30, 2019.
Attachments:
1. Attachment 1 Price Sheet YR Venues FY2020
2. Attachment 2 Clauses Provisions FY2020 Venues
3. FY2020 Yellow Ribbon Venues Purchase Description


Thomas R. Lamont, Contract Specialist, Phone 9163694941, Email thomas.r.lamont3.civ@mail.mil - Roger W. Chapin, Contracting Officer, Phone 5627952539, Email roger.w.chapin.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP