The RFP Database
New business relationships start here

Yellow Ribbon Event Aug 2019


Illinois, 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 a commercial item 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; quotes are being requested and a written solicitation will not be issued. Solicitation number W91SMC-19-Q-2614 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2019-03 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20190531. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being set-aside 100% for SMALL BUSINESS. The North American Industrial Classification System Code is 721110 with a size standard of $32.5M.

The 126th Contracting Squadron, Scott AFB, IL intends to issue a contract/purchase order for Meeting Space/Conference Facilities, meals, and related services for the Illinois Air National Guard Yellow Ribbon Reintegration Program (ILANG YRRP), to be held August 1-2, 2019 with staff arrival, set-up, and check in on Thursday, August 1, 2019. The event will be attended by approximately 100 Air National Guard members and their families.


REQUIREMENT: All work should be in accordance with (IAW) the Statement of Work (SOW), Yellow Ribbon SOW, dated 21 Jun 19, 5 pages.


LOCATION: Within 30 miles of Madison and St. Clair Counties, IL.


BASIS OF AWARD: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. 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. All quotes shall be submitted on the attached CLIN Pricing Spreadsheet.


The following factors will be used to evaluate the quotes: (1) Technical Acceptability and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor.


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 vendor.


Quotes are due no later than 04:00 P.M. CDT, 5 July 2019. Quotes can be emailed to jamie.l.aguilar3.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/.



APPLICABLE CLAUSES/PROVISIONS:


FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
FAR 52.204-7, System for Award Management
FAR 52.204-13, System for Award Management Maintenance
FAR 52.212-1, Instructions to Offerors, Commercial Items
FAR 52.212-2, Evaluation-Commercial Items
FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Note: Offerors are to provide a completed copy of the representations and certifications contained in this provision)
FAR 52.212-4, Contract Terms and Conditions-Commercial Items
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.219-28, Post-Award Small Business Program Representation
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.232-33, Payment by Electronic Funds Transfer/ Central Contractor Registration
FAR 52.233-3, Protest After Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
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 252.204-7004, Alternate A, System for Award Management
DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a FelonyConviction under any Federal Law
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 252.247-7023, Transportation of Supplies by Sea



FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and specifically the following FAR clauses are applicable:


52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.222-3, Convict Labor
52.222-19, Child Labor
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-37, Employment Reports on Veterans
52.222-41, Service Contract Labor Standards
52.222-42, Statement of Equivalent Rates for Federal Hires
52.222.53, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer - System for Award Management
Contracting Office Address:
126 Air Guard Way, Bldg 5000
Scott AFB, IL 62225


Primary Point of Contact:
TSgt Jamie Aguilar 618-222-5116
jamie.l.aguilar3.mil@mail.mil


Jamie Aguilar, Contract Specialist, Phone 6182225116, Email jamie.l.aguilar3.mil@mail.mil - Jamie Aguilar, TSgt, Phone 618-222-5116, Email jamie.l.aguilar3.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP