195WG Yellow Ribbon Event - Downey CA
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 announcem... 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; quotations are being requested and a written solicitation WILL NOT be issued. The CA Army National Guard intends to utilize this Request for Quote (RFQ), under solicitation number W912LA-19-R-5002, to award a Firm Fixed Price (FFP) type contract for the supplies to support the California Army National Guard Yellow Ribbon Program. The government intends to award one contract to the responsible offeror whose offer represents the Lowest Price Technically Acceptable. Period of Performance: Performance period for this contract will be five (5) days from January 23, 2019 to January 27, 2019. Location: Hotel shall be located within a 25 mile radius from Downey, CA. Objectives: Provision for 300 attendees with lodging and meeting space to accommodate the weekend's events and activities. Lodging, meeting spaces, childcare rooms, private counseling rooms, a registration desk, and a locked (private) office space near the meeting spaces shall be required. The Exhibitors/Vendors meeting space must be able to accommodate up to twenty (20) community partners/service providers with tables and chairs (including table clothes on each table). All conference spaces must be available exclusively beginning at 6am through 5pm on January 26, 2019. The locked office space for our event staff must be available beginning at 12pm on Wednesday, January 23, 2019 through 6pm on Saturday, January 26, 2019. This will provide the attendees, government personnel and their families, with quality accommodations, as well as the necessary support services and resources in support of the Yellow Ribbon event. Description of Requirement: Please reference attachment 1 - Performance Work Statement (PWS) for full description of the requirement. The North American Industry Classification System (NAICS) code for this procurement is 721110. The size standard, as described by the U.S. Small Business Administration for this procurement, is $32,500,000.00. Small Business determination and tax identification numbers shall be submitted with quotes. Offerors must be registered in the System for Award Management (SAM) to be considered for award. Offerors may register at www.sam.gov. A DUNS (Duns and Bradstreet) number is required in order to register. Inquiries for this RFQ may be directed to the contract administrator via e-mail TSgt Justin Smith at justin.smith.173@us.af.mil. You may send quotes by e-mail to TSgt Justin Smith at justin.smith.173@us.af.mil. Quotes are due by 1:00 P.M. PST, 17 January 2019. PLEASE INCLUDE THE FOLLOWING INFORMATION ALONG WITH YOUR QUOTE: Offeror Name: Address: Point of Contact: Phone Number: E-mail Address: Tax Identification Number (TIN): DUNS: CAGE Code: __________________________________________ Circle one: Offeror is / is not a women owned small business. Circle one: Offeror is / is not SAM registered in www.sam.gov Other Classifications: (ex: 8(a), HubZone, woman-owned, veteran-owned, service-disabled veteran-owned) NOTE: Successful Offeror is required to complete and submit FAR 52.212-3---Representations and Certifications through the System for Award Management (SAM) database; if this information is already entered into the SAM database, please indicate so: Reps/Certs Already in SAM Reps/Certs Not in SAM This RFQ form shall be completed and submitted in addition to any other quote form utilized by the Offeror. The proposed contract action is anticipated to be issued as a firm-fixed price contract; Unit pricing is all-inclusive. Please thoroughly review the attached requirements list, for a full description of items required prior to providing pricing. Item No. Supplies/Service Unit Qty Unit Price Total 1 Lodging Each 2 Conference Rooms Each 3 Meals Each 4 AV/IT Job Total Provisions and Clauses (By Reference): 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Jan-17 52.204-7 System for Award Management Oct-16 52.204-8 Annual Representations and Certifications Jan-18 52.204-9 Personal Identity Verification of Contractor Personnel Jan-11 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct-16 52.204-12 Unique Entity Identifier Maintenance Oct-16 52.204-13 System for Award Management Maintenance Oct-16 52.204-16 Commercial and Government Entity Code Reporting Jul-16 52.204-18 Commercial and government Entity Code Maintenance Oct-16 52.204-19 Incorporation by Reference of Representations and Certifications Dec-14 52.204-21 Basic Safeguarding of Covered Contractor Information Systems Jun-16 52.204-22 Alternative Line Item Proposal Jan-17 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities Jul-18 52.208-8 Required Sources for Helium and Helium Usage Data Aug-18 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation Nov-15 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct-15 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Nov-15 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law Feb-16 52.211-10 Commencement, Prosecution, and Completion of Work Apr-84 52.219-1 Small Business Program Representations Oct-14 52.219-1 Small Business Program Representations--Alternate I Sep-15 52.219-6 Notice of Total Small Business Set-Aside Nov-11 52.222-3 Convict Labor Jun-03 52.222-4 Contract Work Hours and Safety Standards -Overtime Compensation May-18 52.222-5 Construction Wage Rate Requirements-Secondary Site of the Work May-14 52.222-6 Construction Wage Rate Requirements Aug-18 52.222-7 Withholding of Funds May-14 52.222-8 Payrolls and Basic Records Aug-18 52.222-9 Apprentices and Trainees Jul-05 52.222-10 Compliance with Copeland Act Requirements Feb-88 52.222-11 Subcontracts (Labor Standards) May-14 52.222-12 Contract Termination-Debarment May-14 52.222-13 Compliance with Construction Wage Rate Requirements and Related Regulations May-14 52.222-14 Disputes Concerning Labor Standards Feb-88 52.222-15 Certification of Eligibility May-14 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 May-14 52.222-21 Prohibition of Segregated Facilities Apr-15 52.222-22 Previous Contracts and Compliance Reports Feb-99 52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction Feb-99 52.222-26 Equal Opportunity Sep-16 52.222-27 Affirmative Action Compliance Requirements for Construction Apr-15 52.222-30 Construction Wage Rate Requirements-Price Adjustment (None or Separately Specified Method) Aug-18 52.222-50 Combating Trafficking in Persons Mar-15 52.222-55 Minimum Wages Under Executive Order 13658 Dec-15 52.222-62 Paid Sick Leave Under Executive Order 13706 Jan-17 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts. Sep-13 52.223-5 Pollution Prevention & Right-To-Know Information May-11 52.223-6 Drug-Free Workplace May-01 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts. Aug-18 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug-11 52.223-19 Compliance with Environmental Management Systems May-11 52.223-20 Aerosols Jun-16 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation Dec-16 52.225-9 Buy American-Construction Materials May-14 52.225-13 Restrictions on Certain Foreign Purchases Jun-08 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications Aug-18 52.232-5 Payments under Fixed-Price Construction Contracts May-14 52.232-23 Assignment of Claims May-14 52.232-27 Prompt Payment for Construction Contracts Jan-17 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul-13 52.232-39 Unenforceability of Unauthorized Obligations Jun-13 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec-13 52.233-1 Disputes May-14 52.233-3 Protest After Award Aug-96 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 52.236-2 Differing Site Conditions Apr-84 52.236-5 Material and Workmanship Apr-84 52.236-27 Site Visit (Construction) Feb-95 52.236-27 Site Visit (Construction)--Alternate I Feb-95 52.242-14 Suspension of Work Apr-84 52.243-5 Changes and Changed Conditions Apr-84 52.244-6 Subcontracts for Commercial Items Aug-18 52.245-1 Government Property Jan-17 52.246-12 Inspection of Construction Aug-96 52.246-21 Warranty of Construction Mar-94 52.252-1 Solicitation Provisions Incorporated by Reference Feb-98 52.252-2 Clauses Incorporated by Reference Feb-98 52.252-3 Alterations in Solicitation Apr-84 52.253-1 Computer Generated Forms Jan-91 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep-13 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11 252.204-7003 Control of Government Personnel Work Product Apr-92 252.204-7007 Alternate A, Annual Representations and Certifications Jan-15 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct-16 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May-16 252.211-7007 Reporting of Government-Furnished Property Aug-12 252.223-7008 Prohibition of Hexavalent Chromium Jun-13 252.225-7048 Export-Controlled Items Jun-13 252.225-7031 Secondary Arab Boycott of Israel Jun-05 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun-12 252.232-7010 Levies on Contract Payments Dec-06 252.236-7000 Modification Proposals--Price Breakdown Dec-91 252.236-7001 Contract Drawings and Specifications Aug-00 252.243-7001 Pricing of Contract Modifications Dec-91 252.244-7000 Subcontracts for Commercial Items Jun-13 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property Apr-12 252.245-7002 Reporting Loss of Government Property Dec-17 252.245-7003 Contractor Property Management System Administration Apr-12 252.245-7004 Reporting, Reutilization, and Disposal Dec-17 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations Oct-10 252.247-7023 Transportation of Supplies by Sea--Basic Apr-14 Provisions and Clauses (Full Text): 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following re-representation and submit it to the contracting office, along with the contract number and the date on which the re-representation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code _____________ assigned to contract number ______________________________. [Contractor to sign and date and insert authorized signer's name and title]. 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) (a) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60.741.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified individuals on the basis of disability, and requires affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities. (b) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of $15,000 unless exempted by rules, regulations, or orders of the Secretary, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs of the U.S. Department of Labor, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings. 52.232-25 PROMPT PAYMENT (JAN 2017) (a) Invoice payments- (5) Computing penalty amount. The Government will compute the interest penalty in accordance with the Office of Management and Budget prompt payment regulations at 5 CFR part 1315. (i) For the sole purpose of computing an interest penalty that might be due the Contractor, Government acceptance is deemed to occur constructively on the **** day (unless otherwise specified in this contract) after the Contractor delivers the supplies or performs the services in accordance with the terms and conditions of the contract, unless there is a disagreement over quantity, quality, or Contractor compliance with a contract provision. If actual acceptance occurs within the constructive acceptance period, the Government will base the determination of an interest penalty on the actual date of acceptance. The constructive acceptance requirement does not, however, compel Government officials to accept supplies or services, perform contract administration functions, or make payment prior to fulfilling their responsibilities. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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/these address(es): Regulations URLs: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/far1toc.htm http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/dfars/dfartoc.htm http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/af_afmc/affars/affar1toc.htm NOTE: After selecting the appropriate regulation above, at the "Table of Contents" page, conduct a search for the desired regulation reference using your browser's FIND function. When located, click on the regulation reference (hyperlink). 252.203-7996 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2016-O0003)(OCT 2015) (a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in section 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Destination / Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Contract Number (TBD) Delivery Order Number (TBD) Pay Official DoDAAC F87700 Issue By DoDAAC W912LA Admin DoDAAC W912LA Inspect By DoDAAC FA6045 Extension - F9Y0CC Ship To Code FA6045 Extension - F9Y0CC Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) FA6045 Extension - F9Y0CC Service Acceptor (DoDAAC) FA6045 Extension - F9Y0CC Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Not Applicable (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. (TBD) (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »