이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[미국] Yellow Ribbon Event 17-19 August
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2018.04.24
원본


공고명: Yellow Ribbon Event 17-19 August

게시일: 2018/04/22

마감일: 2018/05/31

수행지역: 미국

카테고리: 31 - 제조부품


공고내용


Solicitation Number :
W912QG-18-T-0013
Notice Type :
Combined Synopsis/Solicitation
Synopsis :
Added: Apr 19, 2018 4:01 pm Modified: Apr 20, 2018 2:42 pmTrack Changes
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; proposals are being requested and a written solicitation will not be issued. The South Carolina National Guard will award a Firm-Fixed Price Contract. This announcement constitutes only the solicitation; a Performance Work Statement (PWS) is provided. This solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-95. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil/.This solicitation, W912QG-18-T-0013, is being issued as a Request for Quote. This procurement is full and open competition. The NAICS code for this acquisition is 721110 with a size standard of $32.5 million. The Yellow Ribbon Family Program for the South Carolina Army National Guard needs hotel and meeting space accommodations for a Yellow Ribbon Event being held August 17-19, 2018. This location must be a full service hotel located within North Charleston, SC zip code 29418. Restaurants or catering services must be available on the premise. The contract will be awarded to the lowest priced technically acceptable proposal. Technical acceptability is meeting all solicitation AND performance work statement (PWS) requirements (SEE ATTACHMENT). A site visit to the hotel may be required prior to award. The Place of Performance will be the hotel provided in the selected offer. Vendor is required to identify the number and types of rooms in their quotes if they are not broken down into double size bed rooms, king size bed rooms, queen size bed rooms or two queen size bed rooms on the line items. All sleeping rooms must be at or below the Government's per diem rate.The quantities listed are ESTIMATES ONLY. No more than the requested quantities will be required; should less quantities be required due to registration numbers for the event, the vendor shall invoice ONLY FOR QUANTITIES USED. Final counts shall be given to the vendor NO LATER THAN May 31, 2018 at 12:00 PM EST.This solicitation is not for third party vendors or event planners. Quotes must come directly from the hotel. For quoting this event, be sure to follow the Contract Line Item Structure listed below. Remember that the Government is a tax exempt organization and we are not able to pay service fees or gratuities.Master Bill (ON CONTRACT)Line Item 0001: Hotel Rooms Friday night/200 rooms and Saturday night/285 rooms Quantity: 485Unit of issue: Each Unit Price: $ _____ Line Item Total: _____Line Item 0002: Occupancy Tax (if applicable)Friday night/40 rooms and Saturday night/125 rooms Quantity: 485Unit of issue: Each Unit Price: $ _____ Line Item Total: _____Line Item 0003: Breakfast CouponsSaturday - Qty. 400Sunday - Qty. 500Quantity: 900Unit of issue: Each Unit Price: $ _____ Line Item Total: _____Line Item 0004: (1) General Session Room (Saturday Only), (3) breakout rooms, and (3) Childcare Rooms needed for Saturday &Sunday Quantity: Unit of issue: LotUnit Price: $ _____ Line Item Total: _____Line Item 0005: Adult Lunch on SaturdayQuantity: 600Unit of issue: Each Unit Price: $ _____ Line Item Total: _____Line Item 0006: Child's Lunch on Saturday Quantity: 65Unit of issue: Each Unit Price: $ _____ Line Item Total: _____Line Item 0007: Audio Visual Support Package on Saturday and SundayQuantity: (3) Wireless Mic/Wired Mics, (3) 10" Screen with Support Package, (1) Internet Connection, (1) 8x8 Riser/ PodiumUnit of issue: Lot Unit Price: $ _____ Line Item Total: _____Line Item 0008: Self Parking PassesQuantity: 600Unit of issue: Lot Unit Price: $ _____ Line Item Total: _____Line Item 0009: Exhibitor Tables on Saturday Quantity: 25Unit of issue: Each Unit Price: $ _____ Line Item Total: _____Grand Total CLINs 0001-0009: ________________ The following FAR/DFAR clauses and provisions are applicable to this acquisition:52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements of Statements52.204-16 Commercial and Government Entity Code Reporting52.204-18 Commercial and Government Entity Code Maintenance52.204-21 Basic Safeguarding of Covered Contractor Information System52.204-22 Alternative Line Item Proposal52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-18 Variation in Estimated Quantity52.212-1 Instructions to Offerors--Commercial Items52.212-2 Evaluation--Commercial items Basis of Award: Lowest Priced Technically Acceptable (LPTA). Technical acceptable is meeting all solicitation and performance work statement (PWS) requirements.52.212-3 ALT I Offeror Representations and Certifications--Commercial Items. Include completed copy of this provision with your proposal or indicate (with DUNS Number) that current information is available on the federal government website SAM (https://www.sam.gov/).52.212-4 Contract Terms and Conditions--Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019)52.219-6 Notice of Total Small Business Set-Aside52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor -- Cooperation with Authorities and Remedies 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity For Workers With Disabilities52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated By Reference 52.252-5 Authorized Deviations in Provisions52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 255.203-7005 Representation Relating to Compensation of Former DoD Officials252.204-7011 Alternative Line Item Structure252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support252.211-7003 Item Unique Identification and Valuation252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations252.225-7048 Export-Controlled Items252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial ItemsTo be awarded this contract, the offeror must be registered in the System for Award Management (SAM). The registration must be ACTIVE. The website for SAM is https://www.sam.gov/portal/public/SAM/. All vendors MUST have a publicly visible registration in SAM. Duns & Bradstreet, CAGE Code & Federal Tax ID number, and solicitation number MUST be listed on quotes. Please complete requirements at FAR 52.212-3. All questions in response to this notice must be submitted by email to fontane.l.mathis.mil@mail.mil no later than 10:00am (EST) Friday, May 18, 2018. Please include the Solicitation number in the subject line of the email.The deadline for quotes is Thursday, May 31, 2018 by 12:00 PM EST. Email final quotes to fontane.l.mathis.mil@mail.mil. Please include the Solicitation number in the subject line of the email.  
Please consult the list of document viewers if you cannot open a file.
Performance Work Statement
Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
Performance Work Statement
Posted Date:
April 19, 2018
PWS_.pdf (377.58 Kb)
Description: Performance Work Statement
Contracting Office Address :
9 National Guard Road Columbia, South Carolina 29201-4763
Place of Performance :
North Charleston, South Carolina 29418 United States
Primary Point of Contact. :
Fontane L. Mathis,
Contract Specialist
fontane.l.mathis.mil@mail.mil
Phone: 8032994024


원본 URL: https://www.fbo.gov/?s=opportunity&mode=form&id=549b0e338abbead725527eb8fd7fab61&tab=core&_cview=0