Yellow Ribbon Event Services May 2019
(i) 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 anno... (i) 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; offers are being requested and a written solicitation will not be issued. (ii) This solicitation, W91SMC19Q6006 is being issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, effective 20 Dec 2018. (iv) This procurement is unrestricted. The associated North American Industry Classification System (NAICS) code is 721110 and the small business size standard is $32.5 million. (v) Commercial Item Descriptions: The contractor is to provide all personnel, management, tools, equipment, materials, supplies, transportation, labor, and supervision necessary to accomplish the Yellow Ribbon Reintegration Program Event Services for May 3-5, 2019, in accordance with the Performance Work Statement (PWS) dated 2 April 2019. (vi) Contract Line Item 0001 - Yellow Ribbon Reintegration Program Event Lodging. Price will be for fulfilling a minimum of 40 persons for lodging on 3 May 2019, 20 persons for lodging on 4 May 2019 in accordance with the PWS dated 02 April 2019. Price shall include Hotel Operator's Occupational Tax and any applicable TIF rates. An additional 15 rooms for 3 May 2019 and 15 rooms for 4 May 2019 will be reserved for guest pay only. These rooms will be released in accordance with the PWS dated 20 March 2019. Contract Line Item 0002 - Yellow Ribbon Reintegration Program Event Meeting Space & Equipment. Contractor shall provide all meeting space and equipment as defined in the PWS dated 2 April 2019. This shall include one podium, one wireless microphone, one screen, one AV cart, one connection to in-house sound, and one projector for the main conference space and the 5 breakout session rooms. The main conference space shall also have 2 stage pieces for the presenter. Contract Line Item 0003 - Yellow Ribbon Reintegration Program Event Catering Services. Contractor shall provide 2 meals (1 breakfast, 1 lunch) to accommodate approximately 175 people on Saturday 4 May 2019 as defined in the PWS dated 02 April 2019. Breakfast and Lunch menus are negotiable but must remain within the per diem cost allotted for meals for the venue area according to the U.S. General Services Administration website at http://www.gsa.gov/portal/content/101518. Contract Line Item 0004 -Contract Manpower Reporting. Contractors are required to report all labor hours, regardless of contract type, via one of the four enterprise-wide Contractor Manpower Reporting Applications (eCMRA) at http://www.ecmra.mil/. (vii) The services will be provided within 30 miles of 2416 S. Falcon Blvd, Peoria, IL 61607 or within 20 miles of the Normal 61761 area, following a notice of award for Yellow Ribbon Reintegration Program Event Services issued and a physical inspection of the hotel and food preparation areas. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a successful Offeror will address all items within the addenda of this provision. Submission Requirements: Vendors shall submit their Response to the Request for Quote in three volumes entitled Volume I - Company Name Past Performance Package, Volume II - Company Name Technical Capability Package, Part I: Hotel Location & Room Availability, Part II: Hotel Amenities, Part III: Successful Inspections & Reports to include County Public Health Inspection or Certificate, Part IV: Meal and Refreshment Menu, Volume III - Company Name Price Package. A successful Offeror will address all items noted above. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, is applicable. Basis for award is trade-off. The Government intends to make a single firm-fixed price award. The following commercial item is requested in this solicitation: Volume I - Company Name Past Performance Package; All contractors that submit a package will have their past performance checked via either PPIRS or a Past Performance Questionnaire. Volume II - Company Name Technical Capability Package Part I: Hotel Location & Room Availability. Hotel location shall be within 30 miles of the 182nd Airlift Wing, 2416 S. Falcon Blvd, Peoria, IL or 20 miles of the Normal 61761 area and have lodging availability for all rooms requested as part of the PWS dated 02 April 2019, Part II: Hotel Amenities. Contractor shall at a minimum provide the meeting space, audio visual, and catering requirements required by the PWS dated 02 April 2019. Part III: Successful Inspections & Reports. Contractor shall at a minimum provide the County Public Health Inspection or Certificate, Part IV: Meal and Refreshment Menu., Volume III - Company Name Price Package. The contractor shall not exceed the GSA per diem rates as noted previously. The contractor shall provide a price for all Contract Line Item Numbers 0001 - 0004 noted above. If the contractor does not provide a CLIN price for CLIN0004 then a price of $1 shall be applied to that CLIN price. A successful Offeror will address all items noted above. (x) A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications -- Commercial Items, with its offer and address the items listed within the addenda of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition, which include: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. FAR 52.219-28, Post Award Small Business Program Representation. FAR 52.222-3, Convict Labor. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-36, Equal Opportunity for Workers with Disabilities. FAR 52.222-41, Service Contract Labor Standards. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.222-55, Minimum Wages Under Executive Order 13658. FAR 52.222-62, Paid Sick Leave Under Executive Order 13706. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. The following provisions are incorporated into this solicitation by reference: FAR 52.204-16, Commercial and Government Entity Code Reporting. FAR 52.223-1, Bio-based Product Certification. DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations. DFARS 252.225-7031, Secondary Arab Boycott of Israel. DFARS 252.225-7035, Buy American - Free Trade Agreements - Balance of Payments Program Certificate. The following clauses are incorporated into this solicitation by reference: FAR 52.204-18, Commercial and Government Entity Code Maintenance. FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. FAR 52.223-5, Pollution Prevention and Right to Know Information. FAR 52.232-39, Unenforceability of Unauthorized Obligations. FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation. DFARS 252.201-7000, Contracting Officer's Representative. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002, Requirement to Inform Employees of Whistleblowers Rights. DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. DFARS 252.211-7008, Use of Government-Assigned Serial Numbers. DFARS 252.223-7008, Prohibition of Hexavalent Chromium. DFARS 252.225-7001, Buy American and Balance of Payments Program. 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. DFARS 252.204-7011, Alternative Line Item Structure. DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate. (Offerors shall include completed copies of the certifications within the following provisions with their offer.) The following clauses are incorporated by full text. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.252-2, Clauses Incorporated by Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.211-7003, Item Unique Identification and Valuation. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. (xiii) A statement regarding any additional contract requirement(s) or terms and conditions are included within the Performance Work Statement dated 20 March 2019. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) All questions will be posted as an amendment to this solicitation on or about 28 March 2018. Questions will not be accepted after that point in time. Offers are due at 12:00 PM Central Standard Time on Friday,5 April 2019, at 182AW/MSC, ATTN: MSgt Benjamin B. Yeutson, 2416 S. Falcon Blvd, Peoria, IL 61607-5023. Offers may be submitted by mail or e-mailed to benjamin.b.yeutson.mil@mail.mil , or FAX to (309) 633-5539. Questions regarding this solicitation may be emailed to the point of contact above. (xvi) Information regarding the solicitation may be directed to the point of contact noted above.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »