Iowa State Youth Symposium
Iowa Army National Guard Warrior and Family Services Branch State Youth Symposium This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.... Iowa Army National Guard Warrior and Family Services Branch State Youth Symposium 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. This solicitation, W912LP-19-Q-3008, is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, effective 22 Jan 2019. This procurement is Unrestricted. The NAICS code is 721214 and the small business size standard is $7.5 million. Basis for award is Best Value. The following commercial services are requested in this solicitation: Contractor shall provide lodging, meeting space, meals, and youth activities programming for up to 83 campers, in accordance with the attached Performance Work Statement (PWS). Estimated Period of Performance: any continuous 6-day period (4 full camp days plus 2 travel days) between 17 June 2019 and 10 August 2019. Contract line item numbers (CLINs) and quantities are as follows: CLIN 0001: Lodging (sleeping bunks), Quantity/Unit of Issue: 83 Job (Job = total lodging price per camper). Contractor may also provide "room night" pricing (5 nights x 83 campers = 415 room nights) CLIN 0002: Meeting space as described in PWS, Quantity/Unit of Issue: 1 Job (Job - total meeting space price for entire camp period) CLIN 0003: Breakfast Meals, Quantity/Unit of Issue: 332 Each (83 campers x 4 camp days) CLIN 0004: Lunch Meals, Quantity/Unit of Issue: 332 Each (83 campers x 4 camp days) CLIN 0005: Dinner Meals, Quantity/Unit of Issue: 332 Each (83 campers x 4 camp days) CLIN 0006: Travel Day Meals, Quantity/Unit of Issue: 166 Each (83 campers x 2 travel days) CLIN 0007: Youth Activities Programming, Quantity/Unit of Issue: 83 Job (Job = total activity cost per camper) NOTE: If desired, Contractor may provide an all-inclusive "per camper" price in lieu of pricing each of the above CLINs separately. CLIN 0008: Contractor Manpower Reporting (CMR) for services provided during period of performance, Quantity/Unit of Issue: 1 Job NOTE: Contractor may price CMR or indicate "no charge" or "not separately priced." Proposed prices shall be firm fixed price (FFP) and inclusive of all labor, materials, and associated services required to provide the lodging, meeting space, meals and programming requirements as described within the PWS. The following provisions are incorporated into this solicitation by reference: FAR 52.212-1 (DEV), Instructions to Offerors - Commercial Items DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls The following clauses are incorporated into this solicitation by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.219-4 (DEV), Notice of Price Evaluation Preference for HUBZone Small Business concerns (DEVIATION 2019-O0003) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment #2. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. FAR 52.212-2, Evaluation - Commercial Items FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials The following clauses are incorporated by full text. The full text is found in Attachment #2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.222-49, Service Contract Labor Standards -- Place of Performance Unknown DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Service Contract Labor Standards (formerly Service Contract Act) applies to this acquisition. For applicable Wage Determination, refer to FAR clause 52.222-49, Service Contract Labor Standards -- Place of Performance Unknown, within Attachment #2. Submission Requirements: The contractor shall provide a proposal on company letterhead, and must include the following information with their quote: 1) Company (Camp) Name, address and telephone number; 2) Point of Contact (POC) name, telephone number and email address; 3) Date(s) of availability for the camp (in order of preference if more than one date range is provided); 4) Camp brochure or narrative description of the camp and it's lodging facilities, dining facilities, community areas, and activities/programming that will be offered to camp attendees; 5) proposed menus; and 6) pricing for the CLINs identified above. Questions regarding this solicitation may be submitted to Ms. Tracy Canada, Contract Specialist to the email addresses provided below. Questions shall be submitted no later than 11:00 a.m. local (central) time on 8 Apr 2019. Questions and Answers (Q&A) will be consolidated and posted to FedBizOpps on a non-attribution basis. The final Q&A will be posted no later than 5:00 p.m. on 10 April 2019. Proposals are due by 11:00 a.m. local (central) time on 15 April 2019. Electronic proposals are preferred, and may be submitted via email to Ms. Tracy Canada, tracy.c.canada.mil@mail.mil. Hard copy proposals may be mailed to USPFO for Iowa, Purchasing and Contracting (P&C), Camp Dodge, ATTN: Ms. Tracy Canada, 7105 NW 70th Avenue, Bldg 3475, Johnston, Iowa, 50131-1824, using a trackable delivery method. Facsimile proposals will not be accepted. Regardless of how proposals are sent, the contractor is responsible for ensuring that they are received in the USPFO P&C Office by the due date/time. Attachments: #1 - Performance Work Statement (PWS) #2 - Full Text Provisions and Clauses
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »