The RFP Database
New business relationships start here

Yellow Ribbon Event November


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; proposals are being requested and a written solicitation will not be issued.

The South Carolina 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, W912QG-18-T-0001, is being issued as a Request for Quote. This procurement is full and open competition. The NAICS code for this acquisition is 721110 with a size standard of $32.5 million.
The Yellow Ribbon Family Program for the South Carolina Army National Guard needs hotel and meeting space accommodations for a Yellow Ribbon Event being held October 24-26, 2017.
This location must be a full service hotel located within Greenville, SC zip code 29601. Restaurants or catering services must be available on the premise. The contract will be awarded to the lowest priced technically acceptable proposal. Technical acceptability is meeting all solicitation and performance work statement (PWS) requirements. A site visit to the hotel may be required prior to award. The Place of Performance will be the hotel provided in the selected offer.


This solicitation is not for third party vendors or event planners. Quotes must come directly from the hotel.
For quoting this event, be sure to follow the Contract Line Item Structure listed below. Remember that the Government is a tax exempt organization and we are not able to pay service fees or gratuities.


Master Bill (ON CONTRACT)


Line Item 0001: Hotel Rooms
Friday night/75 rooms and Saturday night/250 rooms
Quantity: 325
Unit of issue: Each
Unit Price: $ _____
Line Item Total: _____


Line Item 0002: Occupancy Tax (if applicable)
Friday night/75 rooms and Saturday night/250 rooms
Quantity: 325
Unit of issue: Each
Unit Price: $ _____
Line Item Total: _____


Line Item 0003: Breakfast Coupons
Saturday - Qty 225
Sunday - Qty 450
Quantity: 675
Unit of issue: Each
Unit Price: $ _____
Line Item Total: _____


Line Item 0004: (1) General Session Room (600 poeple), (4) breakout rooms (150 people each), and (3) Childcare Rooms (15-25 people)
Quantity: 1
Unit of issue: Lot
Unit Price: $ _____
Line Item Total: _____


Line Item 0005: Adult Lunch on Saturday
Quantity: 640
Unit of issue: Each
Unit Price: $ _____
Line Item Total: _____


Line Item 0006: Child's Lunch on Saturday
Quantity: 65
Unit of issue: Each
Unit Price: $ _____
Line Item Total: _____


Line Item 0007: Audio Visual Support Package
Saturday and Sunday
Quantity: 1
Unit of issue: Lot
Unit Price: $ _____
Line Item Total: _____


Line Item 0008: Self Parking Passes
Quantity: 600
Unit of issue: Lot
Unit Price: $ _____
Line Item Total: _____


Line Item 0009: Exhibitor Tables on Saturday
Quantity: 25
Unit of issue: Each
Unit Price: $ _____
Line Item Total: _____
Grand Total CLINs 0001-0009: ________________


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
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-22 Alternative Line Item Proposal
52.209-6 Protecting the Governments 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
52.232-40 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
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
252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations
252.225-7000 Buy American--Balance of Payments Program Certificate
252.225-7001 Buy American and Balance of Payments Program.
252.225-7021 Trade Agreements
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.
All questions in response to this notice must be submitted by email to christina.p.kerns.civ@mail.mil no later than 10:00am (EST) Monday, October 30, 2017. Please include the Solicitation number in the subject line of the email.
The deadline for quotes is Thursday, November 2, 2017 by 5:00 p.m. EST. Email quotes to christina.p.kerns.civ@mail.mil. Please include the Solicitation number in the subject line of the email.


Christina Kerns, Phone 8032991445, Email christina.p.kerns.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP