Yellow Ribbon Venue and Food Service
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 informat... 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-0014 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 2005-101, effective October 26, 2018 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20190430 dated 30 April 2019. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as 100% Total Small Business Set Aside. For Venue/Meeting Services the North American Industrial Classification System Code is 531120 with a size standard of $27.5M and for Food Services 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 an all or none contract/purchase order for Meeting Space/Conference Facilities, meals, audio visual, and related services for the Yellow Ribbon Program Post/Pre Deployment/Family Demobilization Event, to be held Saturday, June 1, 2019 and Sunday, June 2, 2019 with set-up on Friday, May 31, 2019. The event will be attended by approximately 1,000 Army National Guard members and their families. This is not a solicitation for Event Planning Services or 3rd party event planning services. REQUIREMENT: See attached Performance Work Statement GENERAL SCOPE: Only facilities located in the central Mississippi area with the capability to accommodate 1,000 adults and 71 children will be considered due to travel cost restrictions. The facility must be able to provide a total of eight (8) rooms (1 general session, 1 job fair room, 4 child care rooms, 1 providers' area, and 1 dining room). The general session room must be able to seat one thousand (1000) adults. The job fair room must be able to accommodate fifty tables (50) with two chairs. Each child care rooms must be able to accommodate three (3) eight foot tables and chairs. The providers' area must be able to accommodate twenty five (25), eight foot skirted tables with two (2) chairs per table in the function lobby for providers to set up. The dining room will require enough tables and chairs to seat one thousand (1,000) adults. CLIN 0001 - 1 JUNE 2019 FOOD SERVICES: CLIN 0002 - 2 JUNE 2019 FOOD SERVICES: CLIN 0003 - 1-2 JUNE 2019: Venue/Convention Space CLIN 0004 - 1-2 JUNE 2019: Audio and Visual: CLIN 0005 - 1-2 JUNE 2019: Event Security 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 Lowest-Price-Technically-Acceptable (LPTA) 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 https://acquisition.gov/. Quotes must be for all items stated and include all applicable charges; partial quotes will not be considered. A firm fixed contract will be issued (all or none) to one vendor. Quotes are due no later than 4:00 P.M. CDT, 16 May 2019 to USPFO-MS-PC, Attn: Larry Olive and Lisa Anguizola, 144 Military Drive, Flowood, MS 39232-8861. Quotes can be emailed to larry.olive.civ@mail.mil and lisa.d.anguizola.civ@mail.mil. SAM registration is mandatory requirement for all DoD Government contractors. Contractors 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: Larry Olive - 601-313-1698 larry.olive.civ@mail.mil Secondary Point of Contact: Lisa Anguizola - 601-313-1663 lisa.d.anguizola.civ@mail.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »