The RFP Database
New business relationships start here

Yellow Ribbon Event June 2018


Louisiana, 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 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.

The Louisiana Air National Guard will award a Firm-Fixed Price Contract. This announcement constitutes only the solicitation; a Performance Work Statement (PWS) is provided. This solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-95. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil/.


This solicitation W912NR-18-Q-5025, is being issued as a Request for Quote. This procurement is full and open competition. The NAICS code for this acquisition is 721110 Hotels (except Casino Hotels) and Motels with a size standard of $32.5 million.
The Yellow Ribbon Family Program for the Louisiana Air National Guard needs hotel and meeting space accommodations for a Yellow Ribbon Event being held June 1-3, 2018. This location must be a full service hotel located in the Greater New Orleans and surrounding areas (within zip codes, 70001, 70002, 70003, 70004, 70005, 70006, 70009, 70010, 70011, 70033, 70055, 70060, 70062, 70063, 70064, 70065, 70097, 70112, 70116, or 70130) of New Orleans, LA area.
Restaurants or catering services must be available on the premises. The contract will be awarded to the lowest priced technically acceptable proposal. Technical acceptability is meeting all solicitation AND performance work statement (PWS) requirements (SEE ATTACHMENT). A site visit by the Yellow Ribbon Program Coordinator to the hotel may be required prior to award. The Place of Performance will be the hotel provided in the selected offer.
Contractor is required to identify the number and types of rooms in their quotes if they are not broken down into double size bed rooms, king size bed rooms, queen size bed rooms or two queen size bed rooms on the line items. All sleeping rooms must be at or below the Government's Lodging Per Diem Rate. Lodging Per Diem Rate information can be found at https://www,gsa.gov


The quantities listed are ESTIMATES ONLY. No more than the requested quantities will be required; should less quantities be required due to registration numbers for the event, the vendor shall invoice ONLY FOR QUANTITIES USED. Final counts shall be given to the vendor NO LATER THAN May 28, 2018 at 100 PM CST.



Notice for third party vendors or event planners: If a third party vendor or event planner quote in this event, they must be available during the entire timeframe and physically present at the hotel to manage the contract requirements and handle any problems that may occur at no additional expense to the government or event venue. Additionally they must be willing to attend planning meetings as required at no additional expense to the government or event venue; and
"Third party vendors MUST attach their agreement with the servicing/partnering hotel at the time of quote and must make this an attachment to their quote submittal. Failure to do so may cause that quote to be deemed unresponsive. Third party vendors MUST identify the hotel at the time of quote, and third party vender are permitted to provide a selection of hotels for customers to choose from as long as the price remains the same as quoted. There cannot be any" bait-and-switch"; that is the vendor must identify in its quote which hotel it is primarily offering all other are options" Remember that the Government is a tax exempt organization.
Bid MUST be valid for 30 calendar days after close of Buy.


Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.


The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: The following FAR/DFAR clauses and provisions are applicable to this acquisition:


52.203-19 Prohibition on Contracting with Entities that Require Certain Internal
Confidentiality Agreements of Statements
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-21 Basic Safeguarding of Covered Contractor Information System
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
52.211-18 Variation in Estimated Quantity
52.212-1 Instructions to Offerors--Commercial Items
52.212-2 Evaluation--Commercial Items
Basis of Award: Lowest Priced Technically Acceptable (LPTA). Technical acceptable is meeting all solicitation and performance work statement (PWS) requirements.


52.212-3 ALT I Offeror Representations and Certifications--Commercial Items.
Include completed copy of this provision with your proposal or indicate (with DUNS Number) that current information is available on the federal government website SAM (https://www.sam.gov/).
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 (Deviation 2013-O0019)
52.219-6 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
52.222-21 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 Policies 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
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.252-2 Clauses Incorporated By Reference
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
255.203-7005 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 Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations
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


To be awarded this contract, the offeror must be registered in the System for Award Management (SAM). The registration must be ACTIVE. The website for SAM is https://www.sam.gov/portal/public/SAM/. All vendors MUST have a publicly visible registration in SAM. Duns & Bradstreet, CAGE Code & Federal Tax ID number, and solicitation number MUST be listed on quotes. Please complete requirements at FAR 52.212-3.
The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.


Melissa E Scott, Contracting Specilist, Phone 5043918368, Email melissa.e.scott5.mil@mail.mil - Janice M Hills, Contracting Officer, Phone 5043918370, Email janice.m.hills.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP