The RFP Database
New business relationships start here

Yellow Ribbon Event 14 April 2018


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 W912J2-18-Q-6005 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 2005-96, effective 06 Nov 2017, and Defense Acquisition Circular DPN 20171228, effective 28 Dec 2017.


(iv) This RFQ is solicited as UNRESTRICTED. The NAICS code is 721110 with a small business size standard of $32.5M.


(v) The Wisconsin Air National Guard is seeking the following items. Quantities are estimates and are subject to change prior to the event.


Item; Qty/Unit
Adult Lunch Buffet/Meal; 300/EACH
Child Lunch Buffet/Meal; 50/EACH
Snacks / Refreshments, 1000-1130; 300/EACH
Snacks / Refreshments, 1400-1530; 300/EACH
Children's Snacks/Refreshments, 1030; 50/EACH
Children's Snacks/Refreshments, 1430; 50/EACH
General Event Space; 1/EACH
Breakout Session Rooms; 3/EACH
Childcare/Youth Rooms; 2/EACH
Meeting Room/Office-Chaplain/DPH; 2/EACH
Conference/Board Room- YRRP Event Staff; 1/EACH
Audio/Video Equipment Package; 1/EACH


OPTION 1:
Sleeping Rooms, 13 April 2018 check-in; 75/EACH


(vi) Description of requirement:
The Wisconsin Air National Guard will conduct a Yellow Ribbon Reintegration Program (YRRP) event, beginning 14 April 2018 at 0700 hours and ending at 1700 hours with option 1 facilitating lodging beginning 13 April 2018 at 1800 hours. The WIANG is seeking a family-friendly facility to accommodate conference space within 20 miles of 3110 Mitchell Street, Madison, WI zip code 53704, with an option to accommodate lodging the night prior. Any quote must conform to this RFQ and the attached Statement of Work.


(vii) Delivery schedule shall be 14 April 2018.


(viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.


(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 Yellow Ribbon 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.


A firm fixed price contract is anticipated.


(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 contract 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.


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.


52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
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
52.212-1 Instructions to Offerors-Commercial Items
52.212-3 ALT I Offeror Representations and Certifications-Commercial Items
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
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation
52.237-1 Site Visit
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 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
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 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 the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7000 Buy American - Balance of Payments Program Certificate
252.225-7001 Buy American and Balance of Payments Program
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
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.


Instructions to Offerors:
1. Quotes in response to this solicitation MUST include the Offeror's CAGE Code or DUNS Number.
2. Your pricing schedule must clearly annotate pricing or the words, "not separately priced" or "no cost" for each requirement identified. Omission of no cost line items may cause your quote to be non-responsive. Unit prices shall include all applicable fees, to include any nonexempt taxes.


3. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM.


4. It is the interested Offeror's responsibility to check FedBizOpps for updated information.


(xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ no later than 21 February 2018 at 16:00 Central time.


Katherine I. Fox, Phone 6082454524, Email katherine.i.fox.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP