The RFP Database
New business relationships start here

Yellow Ribbon Event


Connecticut, 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 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. This solicitation is being issued as a Request for Quotation (RFQ). This solicitation number W91ZRS-17-T-0006 is for the Connecticut Air National Guard (CTANG). The USPFO for Connecticut intends to award a Firm-Fixed Price contract for hotel and conference space to hold a Yellow Ribbon Event. This request is due by 10 July 2017 at 10:00 a.m. (Eastern Time). The North American Industry Classification System (NAICS) code for this acquisition is 721110 - Hotels (except Casino Hotels) and Motels.

This is not a solicitation for Event Planning Services or 3rd Party Event Planning Services.
For a proposal submitted by an offeror that is not a hotel, the offeror must describe in its quote the approach for the offeror's services as a prime contractor (copy of subcontractor/agreement, etc) and must also include a copy of all insurance(s) (standard business, liability, extraordinary insurances) in order to submit a complete quote for evaluation purposes. The offeror must have someone at the event to represent the contract. (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 hotel shall be deemed non-responsive).

Instructions to Offerors
1. Questions may be emailed to dawn.m.whelan.mil@mail.mil. Questions must be submitted No Later than 5 July 2017.
2. All quotes are due no later than 10:00 a.m. eastern time, 10 July 2017. Quotes may be emailed to dawn.m.whelan.mil@mail.mil
3. Quote must include: price break-down, space/floor plan diagrams, images of conference space, number of days when quote expires.
4. Important information: Attendee count is not guaranteed. Estimates stated in this RFQ will be changed with correct numbers before the event. Typically, though not always, the numbers go down.

Basis For Award
Award shall be made to a single offeror. 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. Both price and non-price factors.  Non- (including: geographic location, suitability of space for intended purpose) will be considered. 
SAM Registration: Offeror must have CAGE code and current registration on http://www.sam.gov at the time offer is submitted.  All invoices must be submitted through Wide Area Workflow (https://wawf.eb.mil/). Payment method will be EFT. All payments are net 30 days.
Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2010).

Overall fit: environment must meet or exceed industry standard for conference space for an informational event that is family-oriented. The Government may visit location to ensure space is conducive to successful Yellow Ribbon Event prior to selection and award.

Interested parties are responsible for monitoring this RFQ for any changes.

52.232-18 -- Availability of Funds.
Availability of Funds (Apr 1984)
Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.

 

The following provisions are included in this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3 Alt I, Offerors Representations and Certifications (OCT 2010); FAR 52.217-5, Evaluation of Options; FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment---Certification; FAR 52.222-52, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services---Certification; FAR 52.237-1, Site Visit; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7998 (DEV), Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements---Representation (DEVIATION); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.209-7992 (DEV), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law---Fiscal Year 2015 Appropriations (DEVIATION); DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7035, Buy American---Free Trade Agreements---Balance of Payments Program Certificate; DFARS 252.225-7035 Alt I, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate I); DFARS 252.225-7035 Alt IV, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate IV); DFARS 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services From Certain Foreign Entities---Representations : The following clauses apply to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-18, Commercial Government Entity Code Maintenance; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Condition Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION); FAR 52.212-5 Alt II, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--- Commercial Items (DEVIATION 2013-O0019) (APR 2015) ALTERNATE II (APR 2015); FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor---Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965, (wage determination no. 1996-0239, revision no. 25, date of last revision 02/03/2011); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Contractor Registration; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-2; DFARS 252.201-7000, Contracting Officer's Representative; DFARS; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7999 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION); DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information; DFARS 252.204-7011, Alternative Line Item Structure; DFARS 252.204-7012 Safeguarding of unclassified Controlled Technical Information: DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023 ALT III , Transportation of Supplies by Sea; Provisions and Clauses for this synopsis/solicitation can be found at http://farsite.hill.af.mil.

 


Dawn M Whelan, Phone 8602922320, Email dawn.m.whelan.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP