Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W911YN19Q0008
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This annou...
This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for Florida, Purchasing and Contracting Division, St. Augustine, Florida 32084. The solicitation number assigned to this action is W911YN-19-Q-0008 and shall be used to reference any written quote provided under this request for quote (RFQ) and any correspondence. FAR 52.219-6 Notice of Total Small business Set-aside (Nov 2011). This a 100% Total Small Business Set-Aside. The Principle North American Industry Classification system (NAICS) code for this requirement is 721110 with a size standard is $32.5 million. The Florida Army National Guard (FLARNG) Yellow Ribbon Program requirement is for a full service hotel/resort environment located in Daytona Beach, FL to host a Yellow Ribbon Event during 16-17 April 2019 in accordance with the Statement of Work. This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures. The Government intends to place a single, Firm-Fixed Price order without discussions. Therefore, offerors first offer must be their best offer. Do not assume you will be able to revise your offer. General Requirement: In accordance with attached detailed Statement of Work: CLIN 0001a: LODGING REQUIREMENTS CLIN 0001b: CONFERENCE SPACE FEES CLIN 0001c: AUDIO/VISUAL REQUIREMENTS CLIN 0001d: DAYCARE SPACE REQUIREMENTS CLIN 0001e: MEAL REQUIREMENTS a) Breakfast 1) Hot Buffet b) Lunch 1) Adults Buffet 2) Children Box Lunch c) Dinner 1) Boxed CLIN 0001f: Parking CLIN 0001g: ADDITIONAL REQUIREMENTS NOTE: If a contractor does not submit the required information, their quote will not be considered for award and determined technically unacceptable unless determined to be in the best interest of the government. NOTE: A pre-award site visit may be required to validate space meets the Government's needs. All contractors must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. WAWF clause with instructions will be provided at time of award. The Government will not provide contract financing for this acquisition. All questions regarding this solicitation must be submitted by email to Deborah.u.bray.civ@mail.mil NLT 2 p.m. on 9 April 2019. Submit offers in response to this synopsis/solicitation through email to Deborah.u.bray.civ@mail.mil NLT 2 p.m. on 11 April 2019. Offers received after 2 p.m. Eastern Time on the required date of submission, 11 April 2019, may not be considered unless determined to be in the best interest of the government. The Government intends to award a contract resulting from this request for quotation to the responsible offeror whose quotation results in the "best value" to the Government, considering both price and non-price factors. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. FAR Provision 52.212-2 Evaluation - Commercial Items, applies to this acquisition and the following evaluation is applicable: The following factors will be used to evaluate quotations: 1) Pricing, 2) Technical Capabilities. 1. Pricing of CLINS 0001a - 0001g. The Government will evaluate offers for award purposes by the total price for each of the CLINs. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. 2. Technical Capabilities - Proposal detailing how Contractor will accomplish the requirements of the Statement of Work. Provide floor plans with square footage for each room requested and described usage in the Statement of Work. The documentation shall not merely offer to perform work in accordance with the Statement of Work, but shall provide floor plans for proposed space and be as specific as possible. All requirements and specifications described in the Statement of Work are mandatory. Submittal Requirements: Submit the following in order to be considered for award. 1. Detailed Pricing of CLINS 0001a through 0001g as outlined on the Statement of Work. 2. Floor Plans with square foot of meeting spaces. 3. Details on AV capabilities. If AV is outsourced, provide vendor's information and quote. 4. Representations and Certifications, in accordance with FAR 52.212-3, the offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. 5. Include the following on your quote: - Solicitation Number - DUNS Number - Cage Code - Tax ID Number 6. Current Teaming Arrangement This combined synopsis/solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2019-01 (20 Dec 2018) The following provisions are included for the purposes of this combined synopsis/solicitation: 52.204-7-System for Award Management; 52.204-16 Commercial and Government Entity code Reporting; 52.204-22 - Alternative Line Item Proposal; 52.212-1 -- Instructions to Offerors -- Commercial Items (Oct 2016); Evaluation in accordance with FAR 13.106 based on price, delivery schedule and suitability to meet Government need; 52.212-3 ALT I -- Offeror Representations and Certifications -- Commercial Items; 52.222-22 - Previous Contracts and Compliance Reports; 52.222-53- Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements; 52.252-1-Provisions Incorporated by Reference (http://farsite.hill.af.mil); 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7004-Alternate A, System for Award Management; 252.204-7011 Alternative Line Item Structure; 252.225-7031 Secondary Arab Boycott of Israel. The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting award: 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-10-Reporting executive Compensation and First Tier Subcontract Awards; 52.204-13 - System for Award Management Maintenance; 52.204-18-Commercial and Government Entity code Maintenance; 52.204-19-Incorporation by Reference of Representations and Certifications; 52.204-21-Basic Safeguarding of Covered Contractor Information Systems; 52.209-10-Prohibition on Contracting with Inverted Domestic Corporations; 52.212-4-Contract Terms and Conditions-Commercial Items; 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dev.); 52.219-6 - Notice of Total Small Business Set-Aside; 52.219-28-Post-Award Small Business Program Rerepresentation; 52.222-3-Convict Labor; 52.222-21-Prohibition of Segregated Facilities; 52.222-26-Equal Opportunity; 52.222-36-Affirmative Action for Workers with Disabilities; 52.222-50- Combating Trafficking in Persons; 52.223-18-Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13-Restrictions on Certain Foreign Purchases; 52.232-8 Discounts for Prompt Payment; 52.232-11 Extras; 52.232-25 Prompt Payment; 52.232-33-Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-40-Providing Accelerated Payments to Small Business Subcontractors; 52.233-1 - Disputes; 52.233-3-Protest After award; 52.233-4-Applicable Law for Breach of Contract Claim; 52.243-1 - Changes Fixed Price; 52.249-1 - Termination for Convenience of the Government (Fixed Price); 52.252-2-Clauses Incorporated by Reference; 52.252-6 - Authorized Deviations in Clauses; 52.253-1 - Computer Forms; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002-Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 - Control of Government Personnel Work Product; 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support; 252.232-7003-Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006-Wide Area Workflow Payment Instructions; 252.232-7010-Levies on Contract Payments; 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel; 252.243-7001 - Pricing of Contract Modifications; 252.244-7000-Subcontracts for Commercial Items.