Yellow RIbbon Jacksonville
COMBINED SYNOPSIS/SOLICITATION ‘COMBO' YELLOW RIBBON EVENT January 24-27, 2019 I. General Terms and Conditions: (i) This is a combined synopsis/solicitation for a Yellow Ribbon event to be held JANUAR... COMBINED SYNOPSIS/SOLICITATION ‘COMBO' YELLOW RIBBON EVENT January 24-27, 2019 I. General Terms and Conditions: (i) This is a combined synopsis/solicitation for a Yellow Ribbon event to be held JANUARY 24-27, 2019, prepared in accordance with the format in 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. (ii) The solicitation number is W911YN-19-Q-5003 and is issued as a request for quotation (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 721110. This requirement is solicited unrestricted. (iii) This RFQ shall close at 11:00 am E.S.T. on THURSDAY, 17 JANUARY 2019. All Questions must be submitted via email to stacy.l.brenenstall.mil@mail.mil 24 hours prior to close. All correspondence must be made to Stacy Brenenstall at the above stated email or call (904)741-7442. All offers must be emailed to Stacy Brenenstall complete in accordance with the instructions outlined in this RFQ. (iv) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-01, 20 Dec 2018 effective. The DFARS provisions and clauses are those in effect to DPN 20180928, 26 Oct 2018 effective. (v) The Government intends to award a firm-fixed price contract based from this RFQ based on the below evaluation criteria in Section III. II. Instructions to Offerors FAR 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2015) 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: 1. To assure timely and equitable evaluation of the quotation, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Specific Instructions: The response shall consist of two (2) separate parts: • Part 1 - Price - Submit one (1) copy of price schedule (TABLE 1) for the location of your hotel and any pertinent additional information. • Part 2 - Technical Acceptability - Submit one (1) copy of technical acceptability narrative. This can be a brochure or information sheet from the resort showing amenities and accommodations, room, and grounds pictures. 3. FAR 52.204-7 System for Award Management (SAM)(Jul 2013) Offerors must have an active registration in the SAM database by the RFQ close date to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov. III. Evaluation of Offers FAR 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 vendors 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: (i) Price (ii) Technical acceptability (b) Price and technical acceptability will be considered. The Government intends to award a firm-fixed price contract to the lowest priced, technically acceptable offer received. (c) This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum, is defined as meeting following criteria: Minimum Qualifications: Offeror must be able to provide the lodging, meeting spaces, audio visual equipment, food and refreshments, and other requirements described in the Description of Supplies per the dates specified. *If offeror is not a hotel/motel (NAICS 721110), i.e. third party event planner, offeror must show successful past experience on yellow ribbon contracts. Provide at least two references for two contracts for awarded yellow ribbon events within the last 3 years. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must: Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Specialist proving it will meet the salient physical, functional, or performance characteristic specified in this solicitation. IV. CHANGES TO THIS CONTRACT / PURCHASE ORDER / DELIVERY ORDER: The Contracting Officer (CO) is the only person authorized to approve changes or modify any of the requirements under this contract and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the CO. In the event the Contractor effects any such change at the direction of any person other than the CO, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. Contractual problems, of any nature, which might occur during the life of the contract shall be handled in conformance with public laws and regulations and shall be referred to the CO for resolution. Only the CO is authorized to formally resolve such problems. Therefore, the Contractor is hereby directed to bring all such contractual problems to the immediate attention of the CO. Any request for contract changes/modification shall be submitted to the CO. V. RESPONSIBILITY AND INSPECTION: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. VI. ATTACHMENTS 1. Description of Supplies - Yellow Ribbon 2. Table 1 Bid Schedule VII. PROVISIONS AND CLAUSES BY REFERENCE: The following provisions and clauses are applicable to this procurement: Applicable FAR clauses and provisions (red): FAR 52.204-13 System for Award Management Maintenance (Jul 2013) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-18 Commercial and Government entity Code Maintenance (Jul 2016) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.212-3 ALT 1 Offeror Representations and Certifications-Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items (May 2015) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2016) FAR 52.219-14 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) FAR 52.222-52 Exemption From the Application of the Service Contract Labor Standards for Certain Services-Certification (May 2014) FAR 52.222-53 Exemption From the Application of the Service Contract Labor Standards for Certain Services-Requirements (May 2014) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) ?The following are applicable clauses cited within FAR 52.212-5: FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (Oct 2016) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-50 Combating Trafficking in Persons (Mar 2015) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 Payment by Electronic Funds Transfer--System of Award Management Registration (Jul 2013) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. Applicable DFARS Clauses and provisions (red): DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials (Nov 2011) DFARS 252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2017-O0001)(Nov 2016) DFARS 252-203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2017-O0001)(Nov 2016) DFARS 252.204-7004 Alt. A System for Award Management (Feb 2014) DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Oct 2016) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016) DFARS 252-223-7008 Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7000 Buy American-Balance of Payments Program Certificate (Nov 2014) DFARS 252.225-7001 Buy American and Balance of Payments Program (Aug 2016) DFARS 252.225-7035 Alt. 1 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Nov 2014) DFARS 252.225-7036 Alt. 1 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Aug 2016) DFARS 252.225-7048 Export-Controlled Items (Jun 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) (10 U.S.C. 2227) DFARS 252-232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.237-7010 Prohibition of Interrogation of Detainees by Contractor Personnel (Jun 2013) DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023 Transportation of Supplies by Sea (Apr 2014) DFARS 252.232-7006 Wide Area Work Flow (WAWF) Payment Instructions: Quoters must be registered in WAWF to be considered for award unless government purchase card is utilized for procurement. Registration can be completed on-line at https://wawf.eb.mil. The WAWF Assistance Line is also available at 1-866-618-5988. ******* End of Combined Synopsis/Solicitation *******
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »