Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912LP-19-Q-7100
This solicitation, W912LP-19-Q-7100, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitio...
This solicitation, W912LP-19-Q-7100, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, effective 20 December 2018. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets the minimum specifications. This procurement is set aside 100% for small business. The NAICS code applicable to this requirement is 721110 and the small business size standard is $32.5 Million. The government evaluation factor for this acquisition is LOW PRICE that meets the minimum essential characteristics. The government plans to award the lowest priced product that meets the minimum essential needs. The Government intends to make a single award as a result of this solicitation; however, multiple awards may be made if determined to be in the Government's best interest. The following commercial item is requested in this solicitation: MINIMUM SPECIFICATIONS: 0001- Hosting Yellow Ribbon conference event in accordance with attached performance work statement (PWS). Must be within 50 miles of Sioux City, Iowa. (Quantity: 1 JOB) SUBMISSION REQUIREMENTS/RFQ TERMS: 1. Offerors shall submit ALL of the following information with their quote on attached vendor information sheet. •· Company/Offeror Name: •· Company Tax ID Number: •· Company P.O.C: •· POC Phone Number: •· POC E-Mail: •· Cage Code or DUNS Number: •· Net Payment Terms (Net 30, unless otherwise noted): 2. Offerors quotes shall include adequate information (product brochures, cut sheets, technical data sheets, etc.) for the Government to determine if the item being offered meets the Minimum Specifications identified below. Links to web sites are not acceptable. Failure to provide adequate specification information will render the quote non-responsive, and it will not be considered for award. 3. FAR and DFARS provisions/clauses incorporated into this RFQ and/or the resulting contract(s) are attached. The full text of the referenced provisions/clauses may be found at http://www.acquisition.gov. Vendors must submit the Representations and Certifications from Attachment #1, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. 4. Contractors must have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov. Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you must also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation. 5. Proposals are due at 2:00 PM Central on Thursday, 28 March 2019, at: 185ARW/MSC ATTN: SMSgt Mark Crombie 2920 Headquarters Avenue Sioux City, IA 51111-1300. Proposals may be submitted by mail, hand delivered, e-mail to mark.a.crombie4.mil@mail.mil, or FAX to (712) 233-0576. Questions regarding this solicitation may be directed to SMSgt Mark Crombie, (712) 233-0513, mark.a.crombie4.mil@mail.mil. Or 2LT Allison Harbit, (712) 233-0512. Allison.n.harbit.mil@mail.mil The following provisions are incorporated into this solicitation by reference: FAR 52.212-1, Instructions to Offerors - Commercial DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011, Alternative Line Item Structure The following clauses are incorporated into this solicitation by reference and will be incorporated into the resulting contract: FAR 52.212-4, Contract Terms and Conditions - Commercial Items 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, Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors 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 the 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 #1, Full-Text Provisions and Clauses: 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 and will be incorporated into the resulting contract. The full text is found in Attachment #1, Full-Text Provisions and Clauses: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.219-6, Notice of Total Small Business Set-Aside. (Deviation 2019-O0003) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions