The RFP Database
New business relationships start here

Event Venue Rental and Food Services


Mississippi, 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 a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W9127Q-19-R-0001 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-83, effective Jul 02, 2015 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20150420 dated 20 April 2015. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as unrestricted. The North American Industrial Classification System Code is 722310 with a standard of $32.5M.

The United States Property and Fiscal Office for Mississippi-Contracting Office, Jackson, MS intends to issue a contract/purchase order for Meeting Space/Conference Facilities, meals and related services for the Yellow Ribbon Program Post/Pre Deployment/Family Demobilization Event, to be held Wednesday, March 27, 2019 from 12:00pm - 5:00pm, Thursday, March 28, 2019 from 7:30am - 6:00pm and Friday, March 29, 2019 from 7:30am - 6:00pm. The event will be attended by approximately 350 Army National Guard members and their families. This is not a solicitation for Event Planning Services or 3rd party event planning services.

REQUIREMENT:
LOCATION: Only facilities located in South Mississippi (Gulf Coast Area) will be considered due to travel restrictions.

CLIN 0001 - MEETING ROOMS/VENUE: YRRP will be requiring a total of eight (9) rooms (1 general session, 2 breakout rooms, 4 child care, 1 lobby and 1 dining).


Child Care Rooms: YRRP will need three (3) round tables in each of the four (4) childcare rooms.

General Session Room: YRRP will need three-hundred fifty (350) chairs available in theater style.

Breakout Rooms: For the breakout rooms, we will need one-hundred fifty (150) chairs arranged in theatre style.

Lobby Area: YRRP will need twenty five (25), six foot skirted tables with two (2) chairs per table in the function lobby for providers to set up. All tables must have access to electrical outlets and port.

Dining Room: Lunch buffet will require enough tables and chairs to seat three-hundred fifty (350) adults.

CLIN 0002 - AUDIO-VISUAL EQUIPMENT/TECHNICIAN: YRRP will require Audio/Visual Tech support. We will need two (2) screens, two (2) charts, two (2) projectors,(1) Podiums with two (4) mics (There will be one (1) podium and one (1) mic placed in the general session room, (2) Lavaliers for general session), two (2) DA Cables Wireless internet will need to be provided in briefing rooms.

CLIN 0003 - LUNCH - Two (2) Entrée Lunch Buffets: QTY: 350 Adults each day for THURSDAY, MARCH 28, 2019 AND FRIDAY, MARCH 29, 2019. Lunch Buffet shall include at a minimum - Salad, 2 choices of meats, 2 vegetables, 1 starch, 1 dessert, Sweet and Unsweet Tea, and water.

CLIN 0004 - KIDS LUNCHES: QTY: 30 lunches to include: entrée, starch, fresh fruits, dessert, juice and water for THURSDAY, MARCH 28, 2019 AND FRIDAY, MARCH 29, 2019. Kid's lunches shall include at a minimum - 1 Entrée, 1 starch, fresh fruits, dessert, juice, and water.

CLIN 0005 - SNACKS - QTY 30 Snacks for children to include: starch, fruit, and juice for THURSDAY, MARCH 28, 2019 AND FRIDAY, MARCH 29, 2019

CLIN 0006 - COFFEE AND WATER SERVICES QTY: Morning coffee and water services will be provided between the hours of 6:30a.m. - Until we have reached our contracted gallon amount (50GAL REG/ PER DAY) on THURSDAY, MARCH 28, 2019 AND FRIDAY, MARCH 29, 2019.

BASIS OF AWARD: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Best Value source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ.


The following factors will be used to evaluate the quotes: (1) Technical Acceptability and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor.

This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at www.acquisition.gov. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.


Quotes are due no later than 9:00 A.M. CST, 20 March, 2019 to USPFO-MS-PC, Attn: SSG Adam Austin, 144 Military Drive, Flowood, MS 39232-8861. Quotes can be emailed to adam.n.austin.mil@mail.mil. SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/.


APPLICABLE CLAUSES/PROVISIONS:
FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights
FAR 52.212-1, Instructions to Offerors, Commercial Items
FAR 52.212-2, Evaluation-Commercial Items
FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Note: Offerors are to provide a completed copy of the representations and certifications contained in this provision)
FAR 52.212-4, Contract Terms and Conditions-Commercial Items
FAR 52.204-7, System for Award Management
FAR 52.204-13, System for Award Management Maintenance


FAR 52.232-33, Payment by Electronic Funds Transfer/ Central Contractor Registration
FAR 52.252-1, Solicitation Provisions Incorporated by Reference
FAR 52.252-2, Clauses Incorporated by Reference
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.204-7004, Alternate A, System for Award Management
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law
DFARS 252.232-7003, Electronic Submission of Payment Requests
DFARS 252.232-7006, Wide Area Workflow Payment Instructions


FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and specifically the following FAR clauses are applicable:
52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment



52.222-3, Convict Labor
52.222-19, Child Labor
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities
52.222-37, Employment Reports on Veterans
52.222-41, Service Contract Labor Standards
52.222-42, Statement of Equivalent Rates for Federal Hires
52.222.53, Exception from Application of the Service contract Labor Standards to Contracts for Certain Services-Requirements
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer - System for Award Management


Contracting Office Address:
The United States Property and Fiscal Office for Mississippi-Contracting Office
144 Military Drive
Flowood, MS 39232


Primary Point of Contact:
SSG Adam Austin - 601-313-1557
adam.n.austin.mil@mail.mil


 


 


Adam Austin, Phone 6013131557, Email adam.n.austin.mil@mail.mil - Adam Austin, Phone 6013131557, Email adam.n.austin.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP