The RFP Database
New business relationships start here

22 STS Resiliency Weekend


Florida, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

FAR 52.232-18 -- 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.


This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) Federal Acquisition Regulation (FAR) Subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This solicitation is issued as a Request for Quote (RFQ) IAW FAR Part 12 "Acquisition of Commercial Items" and 13 "Simplified Acquisition Procedures" (SAP). This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, effective 20 Dec 2018. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

This announcement constitutes one (1) solicitation, quote number H92429-19-Q-0004, which will result in one (1) firm fixed price contract to provide a resiliency weekend (RW) for the 22nd Special Tactics Squadron (22 STS); the event will involve lodging, meals, childcare, and conference rooms.

The contractors shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide an AAA 4-diamond quality lodging that possesses necessary facilities to host a RW event in accordance with the attached Statement of Work.

This is a competitive solicitation, as a 100% set-aside for Small Business Concerns. Offerors must be registered in http://www.sam.gov prior to contract award, and be reflected as a small business concern for the applicable North American Industry Classification System (NAICS) code.

The DOL Wage Determination, current as of the date of contract award, for the contractor's area of business will be applicable for this requirement.

The North American Industry Classification System (NAICS) code for this project is 721110 and Product Service Code (PSC) code V231. The Size Standard for NAICS 721110 is $32,500,000.00.

QUOTES ARE DUE BY: 22 MAR 2019 @ 1200 CST or SOONER.

Email Response is the required method of submitting your quote. It is the Contractor's responsibility to insure the quote is received at the designated location and time specified.

CLIN, CLIN Description, Quantity, Unit, Unit Price, Total Price

0001 Resiliency Weekend (COUPLES), per the Statement of Work, dated 12 March2019, and Offer Schedule
Period of Performance (PoP): 12-14 April 2019 
1 LOT

0002 Resiliency Weekend (SINGLES), per the Statement of Work, dated 12 March 2019, and Offer Schedule
Period of Performance (PoP): 12-14 April 2019 
1 LOT

The following provisions & clauses apply to this solicitation and will remain in full force in any resultant award: 

FAR 52.212-1 Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018) (Oct 2018) is amended to read: Offeror shall electronically submit signed and dated offer to 24 SOW/PK, using the Offer Schedule at Attachment 2, by 12:00 p.m. CST on 22 March 2019, via email addresses: William.Lawson.12@us.af.mil and jaime.collins.2@us.af.mil, with the solicitation number in the subject block. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Hard Copy and Facsimile proposals will not be accepted.

Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Oct 2014) which is incorporated into this Request for Quotation below. The Government anticipates the award of one (1) contract 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: (i) Technical capability (ii) Price. Technical capability is approximately equal to price.

The Government will award a Firm Fixed Price - contract to the technically-acceptable and responsible offeror with the lowest priced offer. The offeror shall submit a completed "Offer Schedule" (Attachment 2) with pricing to be evaluated.

Technical acceptability will be determined by the following:

1. Lodging must meet the specifications identified in the Statement of Work. Lodging includes the offerors proven capability to supply a minimum number of rooms in the proper room sizes (as identified in the offer schedule for price evaluation), amenities, and patron parking. Lodging rooms shall be in a centralized location where patrons are not subjected to the elements for more than 5 minutes while traveling to meeting space and childcare locations. Additional travel requirements such as shuttle/bus transportation may be offered free of charge and shall be at the will of the patrons and not require pre-arrangement. IN ORDER TO MEET THIS REQUIREMENT, OFFEROR MUST PROVIDE TYPES OF ROOMS/ROOM TYPE IN THEIR OFFER, NOT JUST A PRICE IN THE OFFER SCHEDULE.

2. Meeting space must meet the specifications listed in the Statement of Work to include a minimum of at least two (2 or 3 depending on size of event) conference rooms. IN ORDER TO MEET THIS REQUIREMENT, OFFEROR MUST PROVIDE TYPES OF ROOMS/ROOM TYPE IN THEIR OFFER, NOT JUST A PRICE IN THE OFFER SCHEDULE.

3. Meal choices/types must meet the specifications listed in the Statement of Work. Meals must be provided on-site. OFFEROR MUST PROVIDE A SAMPLE MEAL PLAN IN THEIR OFFER, NOT JUST A PRICE IN THE OFFER SCHEDULE.

4. Pricing must be provided for all specified CLINS.

The offeror shall also submit pricing for the event "Offer Schedule". These prices will be used to evaluate your pricing against other offerors quotes. The "Total Offer Amount" price shall be used as a price evaluation factor for award of one (1) small business contract award.

5. The lodging facility shall be an area within 75 miles of Joint Base Lewis-McChord AFB, WA.

FAR 52.212-3 Offeror Representations and Certifications (Oct 2018) - Commercial Items applies to this Request for Quotation and the offeror must include a completed copy of these provisions with their quote or indicate (with DUNS Number) that current information is available on the federal government website ORCA (htpps://www.sam.gov) The full text of these clauses and provisions may be accessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract.

FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Oct 2018)

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation 2018-O0021) (Sep 2018)

Vendor Quote Information
PAYMENT TERMS QUOTE EXPIRATION DATE QUOTED BY

Vendor Information
ORDERING ADDRESS POINT OF CONTACT PHONE NUMBER FAX NUMBER

E-MAIL ADDRESS REMIT TO ADDRESS CAGE CODE TAX ID NUMBER

DUNS NUMBER SIZE OF BUSINESS WEB ADDRESS QUOTE DATE

 


William C. Lawson, Contracting Officer, Phone 8508840732, Email william.lawson.12@us.af.mil - Jaime Collins, Phone 8508846007, Email jaime.collins.2@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP