The RFP Database
New business relationships start here

Yellow Ribbon Event May 17-19, 2018


South Carolina, 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; quotations are being requested and a written solicitation will not be issued. The solicitation number assigned to this action is W912QG-18-Q-5001.  This acquisition is utilizing procedures in FAR Subpart 13, Simplified Procedures, and is issued as a Request for Quote (RFQ) from the 169 MSG/MSC, McEntire JNGB, SC 29044. This acquisition is being set-aside exclusively for Small Business concerns. The applicable North American Industry Classification System (NAICS) code is 721110, with a size standard of $32.5 M. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-96 effective 6 November 2017 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20180131.


The South Carolina Air National Guard's requirement is for full service: lodging, food service, and conference space located in the Columbia, SC area to host a Yellow Ribbon event in accordance with the attached Statement of Work (SOW).  This solicitation is issued in order to acquire full-service hotel support for the Yellow Ribbon event Scheduled for May 17-19, 2018. Required services include: (1) Hotel rooms; (2) Food Services; (3) Conference space/meeting rooms/child care rooms; and (4) Audio-visual support.  The selected vendor shall provide all materials, labor, transportation and technical expertise necessary to complete this requirement.


This is not a solicitation for Event Planning Services.  For a quote submitted by an offeror that is not a hotel, the offeror must describe in its proposal the technical approach for the offerors services as a prime contractor and must also include a copy of all insurance(s) (standard business, liability, extraordinary insurances) in order to submit a complete technical proposal for evaluation purposes. (Again, this is not a solicitation for Event Planning Services.  An offer which requires the Government to execute a separate agreement with a third party shall be deemed technically unacceptable).


The Government intends to place a Single, Firm-Fixed Price order without discussions.   Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer.

GENERAL SUBMITTAL REQUIREMENTS:

Submit TOTAL price for each of the following CLINS as outlined in the Statement of Work in order to be considered for award (partial quotes will not be considered):

0001: Lodging                                                 EST QTY: 110                          $_______________ Unit price

0002: Conference Room/Breakout Rms          EST QTY: 1                 $_______________ Unit price

0003: Audio-Visual                             EST QTY: 1                 $_______________ Unit price

0004: Breakfast                                               EST QTY: 375             $_______________ Unit price

0005: Lunch                                        EST QTY: 375             $_______________ Unit price

0006: Contractor Manpower Reporting           EST QTY: 1                 $_______________ Unit price


                                                                                                $________________EXTENDED TOTAL  


SUBMISSION GUIDELINES:
Submitted quotes must include the following: (1) the solicitation number; (2) the name, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) completion of the provisions 52.212-3 and 252.213-7000; (5) details of services to be provided for each requirement identified with pricing. (6) proposal should be submitted under company letterhead, with DUNS number, FTID, company Name, Address and POC included.


A suggested Menu representative of line items: 0004 and 0005 above is a required submittal used to determine technical acceptability and offerors are reminded that local meal per diem rates do apply.


The contractor is also required to report the contractor manpower information associated with performance of this contract action to the Office, Assistant Secretary of the Army (Manpower and Reserve Affairs), using the secure Army data collection web site at https://cmra.army.mil/. ; Reports must be made by 31 October of each calendar year.  Please be sure to include any administrative cost related to this requirement under CLIN 0006 (if none, please enter $0.00).


Submit all offers in response to this synopsis/solicitation to the Point of Contact MSgt John Wilkes; either electronically at: john.w.wilkes.mil@mail.mil or via facsimile at: (803) 647-8487.  Questions or inquiries received by telephone will not be addressed.  Please submit all questions in writing by email NLT 4:00pm Eastern on 21 March 2018, and answers will be provided via a formal amendment to the solicitation accessible through FBO.  Offers received after 12:00pm Eastern on the required date of submission 29 March 2018 may not be considered unless determined to be in the best interest of the government.


 

 

The following provisions are included by reference for the purposes of this combined synopsis/solicitation:

52.204-7   System for Award Management

52.204-9 Personal Identity Verification of Contractor Personnel

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

52.204-19 Incorporation by Reference of Representations and Certifications

52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.211-6 Brand Name or Equal

52.212-1 Instructions to Offerors -- Commercial Items

52.212-2 Evaluation-Commercial Items: Evaluation will be in accordance with FAR 13.106-1 and is based on Best Value to the Government with Price, Technical Acceptability, and Performance History all given equal consideration;

52.219-6 Notice of Total Small Business Set-Aside

52.219-14 Limits on Subcontracting 

52.237-1 Site Visit: 52.219-6 Notice of Total Small Business Set-Aside

52.252-1 Provisions Incorporated by Reference (http://farsite.hill.af.mil)

 


The following provisions are included by full text and must be completed and returned along with the cost proposal:


52.212-3     OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JAN 2017)


(b)


(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website.


(2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.]


 (End of provision)

252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015)

(a) The Past Performance Information Retrieval System-Statistical Reporting (PPIRS-SR) application (http://www.ppirs.gov/) will be used in the evaluation of suppliers' past performance in accordance with DFARS 213.106-2(b)(i).

(b) PPIRS-SR collects quality and delivery data on previously awarded contracts and orders from existing Department of Defense reporting systems to classify each supplier's performance history by Federal supply class (FSC) and product or service code (PSC). The PPIRS-SR application provides the contracting officer quantifiable past performance information regarding a supplier's quality and delivery performance for the FSC and PSC of the supplies being purchased.

(c) The quality and delivery classifications identified for a supplier in PPIRS-SR will be used by the contracting officer to evaluate a supplier's past performance in conjunction with the supplier's references (if requested) and other provisions of this solicitation under the past performance evaluation factor. The Government reserves the right to award to the supplier whose quotation or offer represents the best value to the Government.

(d) PPIRS-SR classifications are generated monthly for each contractor and can be reviewed by following the access instructions in the PPIRS-SR User's Manual found at https://www.ppirs.gov/pdf/PPIRS-SR_UserMan.pdf. Contractors are granted access to PPIRS-SR for their own classifications only. Suppliers are encouraged to review their own classifications, the PPIRS-SR reporting procedures and classification methodology detailed in the PPIRS-SR User's Manual, and

PPIRS-SR Evaluation Criteria available from the references at:

https://www.ppirs.gov/pdf/PPIRS-SR_DataEvaluationCriteria.pdf. The method to challenge a rating generated by PPIRS-SR is provided in the User's Manual.

(End of provision)

 

The following clauses are included for the purposes of this combined synopsis/solicitation and the most current versions will be incorporated into any resulting order:

52.204-10 Reporting Executive Compensation and First Tier Subcontracts

52.204-22 Alternative Line Item Proposal

52.209-6 Protecting the Government's Interest when Subcontracting with Debarred or Suspended Contractors

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.212-4 Contract Terms and Conditions Commercial Items

52.219-6 Notice of Total Small Business Set-Aside

52.219-28 Post-Award Small Business Program Representations

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 Affirmative Action for Workers with Disabilities

52.222-41 Service Contract labor Standards

52.222-50 Combating Trafficking in Persons

52.222-55 Minimum Wages Under Executive Order 13658

52.222-62 Paid Sick Leave Under Executive Order 13706

52.223-1 Biobased Product Certification

52.223-5 Pollution Prevention and Right to Know Information

52.223-15 Energy Efficiency in Energy-Consuming Products

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

52.232-39 Unenforceability of Unauthorized Obligations

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

52.237-2 Protection of Government Buildings, Equipment, and Vegetation

252.201-7000 Contracting Officers Representative

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

252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials

252.223-7008 Prohibition of Hexavalent Chromium

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

252.232-7010 Levies on Contract Payments

252.244-7000 Subcontracts for Commercial Items

252.247-7023 Transportation of Supplies by Sea

 

52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR

EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2014)

(a) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1

(41 U.S.C. 251 note)).

(ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.

(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

(v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).

(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).

(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).

Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.)

(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).

N/A Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).

(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--

Requirements (Feb 2009) (41 U.S.C. 351, et seq.)

(xii) 52.222-54, Employment Eligibility Verification (Jul 2012).

(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xiv) 52.247-64, Preference for Privately-Owned U.S. - Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

(End of Clause)

52.252-2 CLAUSES INCORPORATED BY REFERENCE

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

http://farsite.hill.af.mil/

(End of clause)

 

52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.

(b) The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of clause)

 

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

 

(a) Definitions. As used in this clause--

 

Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization.

   

Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

   

Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system.

   

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission

of Payment Requests and Receiving Reports.

   

(c) WAWF access. To access WAWF, the Contractor shall--

   

(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and

   

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.

   

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through

WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/.

   

(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.

   

(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:

   

(1) Document type. The Contractor shall use the following document type(s).

 


Combination Invoice and Receiving Report COMBO

   

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.

 

DESTINATION/DESTINATION

                                             

  

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the

system.

 

Routing Data Table*

--------------------------------------------------------------------------------------------

Field Name in WAWF                         Data to be entered in WAWF

--------------------------------------------------------------------------------------------

Pay Official DoDAAC                                     F87700

Issue By DoDAAC                              W912QG

Admin DoDAAC                                 W912QG

Inspect By DoDAAC                           FA6401

Ship To Code                                       FA6401

Ship From Code                                   YOUR COMPANY CAGE CODE      

Mark For Code                                                F7WHFS

Service Approver (DoDAAC)              FA6401

Service Acceptor (DoDAAC)              FA6401

Accept at Other DoDAAC                   N/A

LPO DoDAAC                                                 N/A

DCAA Auditor DoDAAC                    N/A

Other DoDAAC(s)                               N/A

--------------------------------------------------------------------------------------------

   

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F,

(e.g. timesheets) in support of each payment request.

 

(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send

Additional Email Notifications" field of WAWF once a document is submitted in the system.

 

usaf.sc.169-fw.list.fal-msc-contracting@mail.mil

 

Christopher.c.knotts.mil@mail.mil

 

(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.

 

Christopher.c.knotts.mil@mail.mil

 

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

 

(End of clause)

 

 


John W Wilkes, Contract Specialist, Phone 8036478387, Email john.w.wilkes.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP