The RFP Database
New business relationships start here

Yellow Ribbon - Winston-Salem, NC - 19-20 Oct 2019


Virginia, United States
Government : Federal
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 FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W91242-20-Q-0001 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $32.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-10-02 12:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be in the Statement of Work.The National Guard - North Carolina requires the following items, Meet or Exceed, to the following: LI 001: Hotel Rooms - 19-20 October 2019:
An estimated total of 145 double occupancy rooms. Hotel shall be located in the Winston-Salem, NC area. Quotes must specify actual venue where event will be held; "or like" quotes will not be considered. The vendor shall submit a signed letter from the manager of the proposed hotel which states this vendor has blocked out the rooms/meeting space for the NCARNG. The vendor shall be flexible with the total number of rooms as the number is subject shift up or down by 15%. One venue must host all sleeping rooms, conference space, childcare rooms, and meals.

(10 Additional Rooms need to be reserved for the same night but will go on a credit card separate from the contract.), 145, Each;LI 002: Meeting Space - 19-20 October 2019:
This CLIN shall include a total of all meeting spaces described in the PWS to include any AV or childcare equipment required for each space., 1, Job;LI 003: Breakfast meals - 20 October 2019:
Total of 225 breakfast meals in accordance with the PWS.

This CLIN shall include the rooms needed to serve the meals, wait staff provided, tables and chairs, along with any requirements identified in the PWS. Include any fees or gratuities in this price and provide a flat rate per person. The vendor shall be flexible with the total number of meals as the number is subject to shift up or down by up to 15%. The Government will only pay for meals actually served and the contract will be modified to reflect the actual head count after the event., 225, EA;LI 004: Lunch meals - 19-20 October 2019:
260 adult meals and 40 childrenbs meals are required each day in accordance with the PWS (total of 520 adult meals and 80 children's
meals.

This amount should include the rooms needed to serve the meals, wait staff being provided, tables and chairs, along with other requirements identified in the PWS. Include any sort of fees or gratuities in this price and provide a flat rate per person. The vendor needs to be flexible with the total number of meals as the number is subject to shift up or down by up to 15%. The Government will only pay for the meals actually served and the contract will be modified to reflect the actual head count after the event., 600, EA;LI 005: Dinner meals - 19 October 2019:
Total of 280 dinner meals in accordance with the PWS.

This CLIN shall include the rooms needed to serve the meals, wait staff provided, tables and chairs, along with any requirements identified in the PWS. Include any fees or gratuities in this price and provide a flat rate per person. The vendor shall be flexible with the total number of meals as the number is subject to shift up or down by up to 15%. The Government will only pay for meals actually served and the contract will be modified to reflect the actual head count after the event., 280, EA;LI 006: CMRA Reporting:
The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: https://afcmra.hqda.pentagon.mil/Login.aspx Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at help desk at:
(855) 723-267, 1, EA;Solicitation and Buy Attachments***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***For this solicitation, National Guard - North Carolina intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Guard - North Carolina is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.The Government intends to award a firm-fixed price contract to the responsible vendor whose quote conforming to the solicitation provides the Best Value to the Government. bBest valueb means the expected outcome of an acquisition that, in the Governmentbs estimation, provides the greatest overall benefit in response to the requirement. In accordance with FAR 12.602 & FAR 13.106-2, technical, price & readily available past performance information will be considered in the streamlined evaluation. This may result in award being made to a higher-rated, higher-priced quote. Past Performance is somewhat more important than Technical. Technical is somewhat more important than the Price factor. The Governmentbs selection of a higher-rated, higher-priced quote will be supported by a determination that the technical/past performance superiority warrants the additional cost involved. Offerors are encouraged to submit past performance references. Past performance may be based on one or more of the following: Contracting Officerbs prior knowledge/experience; customer past performance inquiry replies; PPIRS/FAPIIS, or any other reasonable basis. While the Government and the Source Selection Authority will strive for maximum objectivity, the evaluation process, by its nature, is subjective and therefore, professional judgment is implicit throughout the entire evaluation process. Award may be made without discussions.Per DFARS 252.204-7004 - An active and current registration in the System for Award Management is required in order to be considered for this award. www.sam.govOfferors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. Registration can be completed via the CCR website at http://www.ccr.gov.Funds are not presently available for this solicitation. No award will be made unless funds become available to make payment under an order. The government reserves the right to cancel this solicitation at any time without any obligation to the offeror by the government.

Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP