Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912L6-19-R-1004
OKLAHOMA NATIONAL GUARD (OKNG) COMBINED SYNOPSIS/SOLICITATION FOR YELLOW RIBBON REINTEGRATION PROGRAM SOLICITATION NUMBER: W912L6-19-R-1004 SOLICITATION CLOSES: 13 March 2019 ANTICIPATED CONTRACT TYPE...
OKLAHOMA NATIONAL GUARD (OKNG) COMBINED SYNOPSIS/SOLICITATION FOR YELLOW RIBBON REINTEGRATION PROGRAM SOLICITATION NUMBER: W912L6-19-R-1004 SOLICITATION CLOSES: 13 March 2019 ANTICIPATED CONTRACT TYPE: FIRM FIXED PRICE CONTRACT SET-ASIDE: 100% SMALL BUSINESS SOURCE SELECTION METHOD: LOWEST PRICE TECHNICALLY ACCPTABLE BID SUBMITION: ELECTRONIC ONLY: FBO and/ or EMAIL CONTRACTORS ARE ENCOURAGEDTO EMAIL PROPOSALS: ALL EMAILED PROPOSALS WILL RECEIVE A RETURN EMAIL CONFIRMATION FOR RECIEPT OF PROPOSAL. 1.0 Combined Synopsis. 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 separate written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP). This acquisition is utilizing NAICS code 721110 Hotels (except Casino Hotels) and Motels, with the small business size standard $32,500.000. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. A. Eligibility for Award. Offerors must have a current registration in the System for Award Management (SAM) at https://www.sam.gov as of the date of award to be eligible for award. B. Evaluation. Award shall be made on the basis of Lowest Price Technically Acceptable (LPTA) evaluation. An award will be made to the contractor who offer the lowest rate pricing. The Contractor's offer shall demonstrate that they will meet or exceed the technical requirements stated in the Statement of Work. Issuance of award shall be made on the basis of the competitive rates offered by a contractor that is most advantageous to the Government, the ability to service the location of the requirement, and the capability to fulfill the requirement on time and in the correct quantities ordered. C. Set Aside. Any award resulting from this solicitation will be made using a cascading set-aside order of precedence as follows: 1.1 In accordance with FAR Subpart 19.502-2, Total Small Business Set-Aside Procedures, any award under this solicitation will be made on a competitive basis first to small business concern. 1.2 If there is inadequate competition for award to a small business concern, award will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. D. Electronic Invoicing through Wide Area Workflow (WAWF). To meet compliance with DFARS 252.232-7003, Electronic Submission of Payment Requests, all Contractors must submit requests for payment (invoices) through WAWF. Additional information and registration for WAWF can be completed online at https://wawf.eb.mil. Payment will be made by DFAS office designated in the BPA. All payments will be made by electronic transfer of funds (EFT). The Government will make payment through WAWF upon satisfactory completion of work and the receipt of a proper certification for payment. E. Terms of Award. See attached Statement of Work. 2.0 Submission of Proposals. The Government anticipates making award without discussions. Therefore, Offeror should submit their best and final offer to include any alternate proposals. The Contractor must ensure that all components of their pricing and technical proposal are included in their submission. The Government reserves the right to make an award of BPA solely on initial proposals received. Offerors bear the burden of ensuring that proposals (and any authorized amendments and samples) reach the designated office on time and should allow a reasonable time for e-mail transmissions to be completed. All pages of the proposal must reach the office before the deadline specified in this solicitation. The Contractor bears the risk of non-receipt of mailed or electronically transmitted proposals and should confirm receipt. Late or incomplete proposals will not be considered. Offerors will need to ensure that they complete and submit the following attached documents as part of their proposals. Any offer that does not come complete with these attachments completed will be deemed as technically unacceptable and will not be considered for award: 1. Pricing Sheet (Administration Data and Base/Option Pricing) 2. Adult Lunch Menu (See Statement of Work) 3. Children Lunch Menu (See Statement of Work) 3.0 Deadline for Submission of Proposals and Questions. All questions must be addressed in writing by email NLT 08 March 2019 at 4:00 p.m. CST. Questions and proposals shall be emailed to Shalawnda Wickware, Shalawnda.g.wickware.civ@mail.mil . Submission of quotes are due NLT 13 March 2019 at 12:00 p.m. CST by email or posting on FEDBIZOPPS. E-mailed proposals must be in adobe acrobat (.pdf) format. Primary Point of Contact Shalawnda Wickware Contract Specialist Shalawnda.g.wickware.civ@mail.mil Phone: (405) 228-5330 Contracting Office Address: 3535 Military Circle Oklahoma City, OK 73111