Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W50S8G24QW003
Questions and Answers Document 2 has been posted on 22 May 2024. __________________________________________________________________________________ Questions and Answers Document 1 has been posted on ...
Questions and Answers Document 2 has been posted on 22 May 2024. __________________________________________________________________________________ Questions and Answers Document 1 has been posted on 20 May 2024. __________________________________________________________________________________ This is a combined synopsis/solicitation for commercial services prepared in accordance with the Federal Acquisition Regulations (FAR) 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 combined synopsis/solicitation is a Request for Quotation (RFQ) This solicitation is set aside 100% for small businesses under NAICS code 721110 with a size standard of $40 million. All applicable provisions and clauses for this combined synopsis/solicitation are in effect through the Federal Acquisition Circular 2024-04 effective 1 May 2024. All applicable provisions and clauses for this combined synopsis/solicitation are in effect through the Defense Federal Acquistion Regulation Supplement (DFARS) with an effective date of 25 April 2024. All applicable provisions and clauses for this combined synopsis/solicitation are in effect through the Army Federal Acquistion Regulation Supplement (AFARS) 2024-0304 with an effective date of 4 March 2024 Description: The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to perform Strong Bonds Family Enrichment Event Services, as defined in the attached Performance Work Statement (PWS). Please refer to the attached PWS for detailed requirements for this combined synopsis/solicitation. The Period of Performance is from 14-16 June 2024. Alternate Dates 28-30 June 2024 will be acceptable. Location. The contractor shall provide services at a location around Colorado Springs, Colorado or Denver, Colorado 14-16 June 2024 (Alternate Date 28-30 June 2024 will be acceptable). The location is to constitute a “retreat like setting” with a water park for families to fortify the family bonding experience. The conference space, lodging rooms and water park shall be at one location. A firm fixed price contract will be issued in response to this combined synopsis/solicitation. A modification to the contract will not be made to modify the price to add taxes, fees, or service missed in your quote that is outlined in the PWS that was not included in your quote. The basis for award will be Best Value utilizing the FAR Part 13, 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, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price 2. Quality of service – provide documentation of the five items listed below to demonstrate the quality of service your company is offering in your quote. a. Conference room – must provide floor plan of room showing dimensions and square footage along with pictures of conference room. b. Lodging rooms – must provide details of rooms and pictures to demonstrate the requirements in the PWS paragraph 4.1.1 and 4.1.1.1 are met. c. Provide documentation that Air Force Inspection 48-116 (Food Protection Program) will be followed. And provide certification or other documentation showing food served at the strong bonds event is approved by the local Public Health as an approved establishment. d. Provide a menu for all meals that meet the requirements in the PWS: breakfast x2, lunch, and dinner that is being provided in your quoted. e. Provide documentation of the establishment the strong bonds event will be held at to include water park information. The documentation must also demonstrate that the lodging rooms, conference space, and water park are at one location. 3. Past performance - Provide a minimum of three records of past performance for similar events accomplished in the last five years and must provide a valid point of contact (both phone and email) for each past performance record. FAR provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition Include a completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition To be eligible for award your company shall be registered and have a current registration through the period of performance in the System for Award Management (SAM) database per FAR provision 52.204-7. The service contract act is applicable to this requirement, wage rates can be found at https://sam.gov/content/wage-determinations Questions and request for information (RFI) can be submitted until close of business 21 May 2024. Questions and RFI submitted after this deadline may not be acknowledged or answered. All invoicing will be accomplished electronically via Wide Area Work Flow (WAWF) an application within Procurement Integrated Enterprise Environment (PIEE) https://piee.eb.mil/ Payment will be made electronically within 30 days after the acceptance of an invoice. Submit questions to 150sow.msc.rfprfq@us.af.mil Title email as follows: Question – Solicitation W50S8G-24-Q-W003 Quotes are due no later than 2:00 PM Mountain Daylight Time (MDT) 28 May 2024. Submit quotes via email to 150sow.msc.rfprfq@us.af.mil no later than the time and date specified above.