The RFP Database
New business relationships start here

Yellow Ribbon Reintegration Program Event (YRRP) 14-15 June 2019


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

(i) 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; proposals are being requested and a written solicitation will not be issued.

(ii) Solicitation number W9124X-19-Q-5002 is issued as a Request for Quote (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02 effective 6 May 2019 and Defense Federal Acquisition Regulation Supplement Publication Notice 20190430 effective 30 Apr 2019. It is the contractors' responsibility to be familiar with applicable clauses and provisions.

(iv) This requirement is solicited under Full and Open Competition (Unrestricted) under NAICS 721110, Hotels (except Casino Hotels) and Motels, small business size standard $32.5 Million. The Nevada Air National Guard intends to establish a Firm Fixed Price (FFP) contract for the acquisition of providing a hotel room block, meeting facilities, meal/beverage, and audio/visual equipment support for the Yellow Ribbon Reintegration Program (YRRP) Event as described in the Performance Work Statement at Attachment 1.

(v) Schedule of Supplies/Services: The Pricing Schedule is incorporated as Attachment 3. Vendors shall complete Attachment 3 in its entirety and return with any other documentation/data required by this Combo. Alternative line item structure/quotations are authorized in accordance with FAR 52.212-1(e) and DFARS 252.204-7011. All offers MUST include TAX ID (TIN), CAGE Code and DUNS numbers. Please make offers valid through June 30, 2019.

CLIN 0001: Yellow Ribbon Reintegration Event and non-personal services in accordance with Performance Work Statement (PWS) for June 14-15 2019. Unit of Measure: JOB

CLIN 0001: Breakdown:
•· Conference Rooms, Qty-7 (Adults) and Qty-2 (Childcare) Total of 9 conference rooms. Required Saturday, 17 June 2019 (Refer to attached PWS for details)
•· Meals/Beverages: Refreshments, Hot Breakfast and Lunch for approximately 250 attendees, required Saturday, 15 June 2019 at Government Per Diem Rate (Refer to attached PWS for details)
•· Support Package/Audio and Visual Equipment (Refer to attached PWS for details)
•· Hotel room block of 38 IAW PWS 5.1 stating that the rooms will be reserved and paid for by individuals

CLIN 0002: Contractor Manpower Reporting Application (CMRA) Reporting. Unit of Measure: JOB



(vi) Description of work: This is a firm fixed price requirements type contract for non-personal services to provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Performance Work Statement Paragraph 3.0 as Government Furnished, to perform Services for Nevada Air National Guard (NVANG) YRRP event from 14 June to 15 June 2019 to include a lodging block, meeting facilities, meals and beverage service, and audio/visual equipment for approximately 250 attendees with the vendor location not in excess of 30 miles from the NVANG base located at 1776 National Guard Way, Reno, NV 89502 as defined in this Performance Work Statement (PWS) at Attachment 1.

(vii) Period of Performance: The Period of Performance shall be from 1:00 pm on 14 June
2019 to 5:00 pm on 15 June 2019.

(viii) Provision 52.212-1, Instructions to Offerors: The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum:

(a) To assure timely and equitable evaluation of the quotes, vendors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. If awarded the contract, the contractor is required to submit a signed copy of the contract confirming receipt of the contractual document within seven (7) business days.

(b) A Government site visit to the hotel may be requested prior to award. Hotel accommodations must include lodging and meeting spaces to accommodate requirements listed in the attached Performance Work Statement. If third party vendors or event planners bid on event, they must be available during the entire timeframe to be physically present at the hotel to manage the contract requirements and handle any problems that may occur at no additional expense to the government or hotel. Additionally they must be willing to attend planning meetings as required at no additional expense to the government or hotel and: "Third party vendors MUST attach their agreement with the servicing/partnering hotel at the time of quote and must make this an attachment to their quote submittal. Failure to do so may cause that quote to be deemed unresponsive. Third party vendors MUST identify the hotel at the time of quote, and third party vendor are permitted to provide a selection of hotels for customers to choose from as long as the price remains the same as quoted. Event planner must receive approval from the YRRP coordinator prior to award.

(b) Specific Instructions: The response shall consist of the following:

(1) Part 1 - Technical - Submit one (1) copy of technical capability describing the services the Contractor will provide as required in the Performance Work Statement (PWS). Submit one (1) copy of any subcontracts or agreements involving third party.

(2) Part 2 - Price - Submit one (1) copy of the completed price schedule at Attachment 3 or alternate structure and any pertinent additional information.

(iX) Provision 52.212-2, Evaluation Factors: The provision at 52.212-2, Evaluation -- Commercial Items (Oct 2014), this provision has been tailored to this procurement and is provided in full-text below:

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:
(1) Technical capability of the services/items offered to meet the Government requirement;

(2) Price

(b) Technical acceptability will be evaluated on an Acceptable/Unacceptable basis. The government will evaluate technical acceptability first. An offeror shall obtain an acceptable rating to continue in the competition. Offerors who rate unacceptable in technical acceptability will be removed from further consideration for award. Acceptable or Unacceptable ratings are described in para (d) below. Technical acceptability shall consist of the contractor providing a technical capability statement which meets the Government's needs as described in the Performance Work Statement and this Request for Quote. A successful description will provide the government confidence that the project is structured to be executable for the resources indicated. The technical capabilities statement shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The description should not simply rephrase or restate the government's requirements but, rather, shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume that the government has no prior knowledge of their PWS and will base its evaluation on the information presented by the offeror.

(c) Price will be evaluated to determine realism and reasonableness of the quoted price. Unreasonable/Unrealistic offers cannot be selected for award.

(d) • ACCEPTABLE: Clearly meets the minimum requirements of the PWS and RFQ.
• UNACCEPTABLE: Does not clearly meet the minimum requirements of the PWS and RFQ.

Technical and past performance, when combined, are approximately equal to cost or price.

(e) 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.

(x) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Jan 2017) are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award.

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text.

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the provisions and clauses at Attachment 2 apply to this acquisition.

(xiii) Hotel lodging and meals shall not exceed the local per diem rate for the duration of event as per the GSA rate for the location and can be located at http://www.gsa.gov/portal/category/100120. This rate does not include the "incidentals" rate. Meal rate breakdown can be found at: http://www.gsa.gov/portal/content/101518.

(xiv) This acquisition does not require a Defense Priorities and Allocations System (DPAS) rating.

(xv) NOTICE TO ALL INTERESTED PARTIES:
The offeror may submit questions requesting clarification of solicitation requirements to the Nevada Air National Guard Contracting Office via email at: usaf.nv.152-aw.list.fal-msc-contracting@mail.mil. It is requested that all questions be received no later than Tuesday, May  28th, 2019 by 2:00 PM PST as all answers to questions must be posted prior to the response date.

An amendment will be issued answering all questions received, providing the Government's answers.

All responsible sources may submit a quotation which shall be considered by the agency. Respond via email at usaf.nv.152-aw.list.fal-msc-contracting@mail.mil no later than Friday, May 31th, 2019 by 5:00 PM PST.

(xvi) The POC for this solicitation is:
TSgt Keith Trimble
(775) 887-7807
keith.a.trimble.mil@mail.mil


List of Attachments:
- Attachment 1: Performance Work Statement dated 29 April 2019
- Attachment 2: Incorporated Provisions and Clauses
- Attachment 3: Pricing Schedule
- Attachment 4: Wage Determination No.: 2015-5595 12/26/2018

******* End of Combined Synopsis/Solicitation ********

Keith Trimble, Contract Specialist, Phone 7758877807, Email keith.a.trimble.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP