Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912LA-19-Q-7010_YellowRibbon_August
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This anno...
This is a combined synopsis/solicitation for commercial items 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. The solicitation number for this procurement is W912LA-19-Q-7010 and is hereby issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-01 (20 December 2018). This acquisition is 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) is 721110, "CASINOS (EXCEPT CASINO HOTELS)" is applicable. The Small Business Size Standard is $32,500,000.00. The Government intends to award a firm fixed-price (FFP) Lowest Price Technically acceptable contract for all services detailed in the attached Performance Work Statement (PWS); see Attachment 1. The successful offeror shall provide the following Contract Line Item Numbers (CLINs) for the specified performance period. The CLINS are also detailed on Attachment 2, Quote Coversheet. CLIN 0001 CONTRACTED QUARTERS The Contractor shall provide 100 total double-occupancy room-nights 70 rooms for Friday and 30 for Saturday in support of the 129 RQW's August 2019 YRRP Event. The contractor shall provide two (2) single ocupancy rooms for the Yellow Ribbon Staff from Wednesday 21 Aug-25 Aug. These rooms will NOT be included in the CONTRACTED QUARTERS and will be paid for by Yellow Ribbon Staff separately. CONTRACTED QUARTERS shall be available between Friday, 23 Aug and Sunday, 25 Aug 2019. CONTRACTED QUARTERS shall conform to all State of California and industry standards for commercial lodging accommodations and the attached Performance Work Statement (PWS). CLIN 0002 CONFERENCE ROOMS, BREAKOUT ROOMS, AND ANCILLARY SPACES The Contractor shall provide CONFERENCE ROOMS, BREAK-OUT ROOMS, AND ANCILLARY SPACES in support of the 129 RQW's March 2019 YRRP Event. All work shall conform to the attached PWS. CLIN 0003 CONTRACTED MEALS The Contractor shall provide CONTRACTED MEALS in support of the 129 RQW's March 2019 YRRP Event. All work shall conform to the attached PWS. CLIN 0004 Audio/Visual Equipment- Equipment needed for event space to conduct seminar The FAR provision at 52.212-2, Evaluation-Commercial Items, does not apply to this acquisition. All quotes will be evaluated for technical acceptability; those that are determined to be unacceptable will be removed from further consideration. Remaining quotes will be rank ordered from lowest price to highest price with award being made to the concern who's quote is the lowest price technically acceptable. Technical acceptability is based on location described in PWS and availability to provide all rooms and service in one location. The FAR provision at 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items, applies to the requirement and is incorporated by full text. Offeror's are advised to submit a completed copy of the provision with their offer. If the offeror has completed their annual representations and certifications electronically via the System for Award Management (www.SAM.gov) website, offerors need only complete/return paragraph (b) of the provision. The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and is incorporated by reference. No addenda have been added to this provision. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders, applies to this acquisition. This clause has been incorporated with Deviation 2013-O0019 by reference. Offerors are advised of the additional contract requirements: ?? IAW the Defense FAR Supplement Clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, all invoicing must be submitted via the Wide Area Workflow (WAWF) website. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Questions regarding this solicitation must be received no later than 2:00 PM, 27 Aug 2019. Submit questions to both email addresses identified below. Please ensure that you reference the solicitation number. All quotes must be submitted no later than 6:00 PM, 30 July 2019. It is the offeror's responsibility to ensure their quote is received by the date and time specified. Quotes not received at the initial point of entry to the Government (identified below), by the exact date and time specified above, will be determined late and shall not be evaluated. All quotes must be accompanied by the Quote Coversheet. Pricing should be separated from your technical proposal to facilitate technical review independently from price review. The place of performance for this requirement is Santa Clara County, California. Locations outside of Santa Clara County will not be considered. The Offeror shall submit their quote via email. When submitting quotes, the Offeror will need to specifically send their quotes to both the following persons: MSgt Bardia Barmaki (bardia.barmaki.mil@mail.mil) ATTACHMENTS 1 Performance Work Statement (10 Pages) 2 Quote Coversheet (1 Pages) 3 Applicable Provisions & Clauses (3 Pages)