The RFP Database
New business relationships start here

Yellow Ribbon Event


Delaware, United States
Government : Homeland Security
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; quotes are being requested and a written solicitation will not be issued.
The solicitation number assigned to this action is W912L5-18-Q-5039. This acquisition is utilizing procedures in FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 166 MSG/MSC, New Castle, DE 19720. The applicable North American Industry Classification System (NAICS) code is 531120 Lessors of Nonresidential Buildings (except Miniwarehouses) with a size standard of $27.5 million. Interested parties must quote on all services outlined in the Statement of Work (SOW). Award will be made based on overall best value to the government.
The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005-99 and DPN 20180601. The Government intends to award a Single, Firm-Fixed Price order without discussions. The acquisition is SET ASIDE for SMALL BUSINESSES ONLY. Offerors should submit their best offer up front. Do not assume you will be able to revise your offer.


Description of requirement: Yellow Ribbon Event on 18 August 2018 (1 day event) to include lodging, meeting space (including rooms for childcare), audio visual equipment/set up, and meals. See the attached Statement of Work (SOW) for specific details.
The descriptions of the commercial items are:
CLIN 0001: 9 (14) Meeting Space / Break Out Rooms (SEE STATEMENT OF WORK FOR DETAILS)


QTY: 1 JOB PRICE______________


CLIN 0002: Lodging (SEE STATEMENT OF WORK FOR DETAILS)


QTY: 1 JOB PRICE______________


CLIN 0003: Meals (SEE STATEMENT OF WORK FOR DETAILS)


QTY: 1 JOB PRICE______________


CLIN 0004: Parking (SEE STATEMENT OF WORK FOR DETAILS)


QTY: 1 JOB PRICE______________


Date: The above services will be performed on 17 and 18 of August 2018


The price will included all taxes and gratuities. Please place the total price in your quote we will not except estimated billing.



SUBMISSION GUIDELINES:
Submitted quote must include the following: (1) the solicitation number; (2) the name, CAGE CODE, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) Acknowledgement of any solicitation amendments; (5) vendors proposal should include details of services to be provided for each requirement identified with pricing.
Proposal should be submitted under company letterhead, with DUNS number, FTID, Company Name, Address and POC included. The Contracting Officer will evaluate equal products on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer.
VENDOR CERTIFICATIONS:


Prior to award, the vendor must be currently registered in the System for Award Management (SAM) at https://www.sam.gov. The Government reserves the right to award on a multiple award or an all or none basis. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of current registration in the SAM database will make an offeror ineligible for award.
Submit all offers in response to this synopsis/solicitation to the Point of Contact (POC) 1LT David Mears electronically to: David.W.Mears.mil@mail.mil. Please submit all questions in writing by email to the aforementioned, questions or inquiries received by telephone will not be addressed. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and Far DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil.    
The following provisions are included for the purposes of this combined synopsis/solicitation:
52.204-16 Commercial and Government Entity Code Reporting;
52.204-22 Alternative Line Item Proposal
52.212-1 Instructions to Offerors -Commercial Items;
52.212-2 Evaluation- Commercial Items
As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Oct 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capabilities, Performance, and Price
Technical and past performance, when combined, are Approximately Equal to Cost Price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option (s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
52.212-3 Alt 1 Offerors Representations and Certifications- Commercial Items
Alternate I (Oct 2014). As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic provision:
(11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.) [The offeror shall check the category in which its ownership falls]:
Black American.
Hispanic American.
Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).
Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The
Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga,
Kiribati, Tuvalu, or Nauru).
Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan,
Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal).
Individual/concern, other than one of the preceding.
252.203-7005 Representation Relating to Compensation of Former DoD Officials;
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7011 Alternative Line Item Structure
252.225-7031 Secondary Arab Boycott of Israel


The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order:
52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements
52.204-18 Commercial and Government Entity Code Maintenance;
52.204-21 Basic Safeguarding of Covered Contractor Information Systems
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations;
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 (Dev,);
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 Opportunities 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-Central Contractor Registration;
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
52.252-6 Authorized Deviations in Clauses;
252.203-7000 Requirements relating to Compensation of Former DoD Officials;
252.203-7002 Requirements to Inform Employees of Whistleblower Rights;
252.204-7015 Disclosure of Information to Litigation Support Contractors;
252.211-7003 Item Unique Identification and Valuation
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


 


David Mears, Contract Specialist , Phone 3023233475, Email david.w.mears.mil@mail.mil - AMY KLINE, CONTRACTING OFFICER, Phone 3023267365, Email AMY.L.KLINE.MIL@MAIL.MIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP