Federal Bid

Last Updated on 07 Aug 2019 at 9 PM
Combined Synopsis/Solicitation
Location Unknown

185th ARW Strong Bonds Event

Solicitation ID W912LP-19-Q-7207
Posted Date 24 Jun 2019 at 1 PM
Archive Date 07 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7m8 Uspfo Activity Iaang 185
Agency Department Of Defense
Location United states
This solicitation, W912LP-19-Q-7207, 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) 2019-02, effective 5 June 2019. 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 Strong Bonds conference event in accordance with attached Statement of Work (SOW). (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 10:00 AM Central on Tuesday,9 July 2019, at:
185ARW/MSC
ATTN: 2d Lt Allison Harbit
2920 Headquarters Avenue
Sioux City, IA 51111-1300.
Proposals may be submitted by mail, hand delivered, e-mail to [email protected] AND [email protected] or FAX to (712) 233-0576.
Questions regarding this solicitation may be directed to SMSgt Mark Crombie, (712) 233-0513, [email protected]. Or 2d Lt Allison Harbit, (712) 233-0512. [email protected]

6. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available.

7. All questions must be submitted to the Contracting Officer by 1:00 PM Central time on Tuesday 25 June 2019.

The following provisions are incorporated into this solicitation by reference:

FAR 52.212-1, Instructions to Offerors - Commercial
FAR 52.232-18, Availability of Funds
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 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7000. Buy American Act- Balance of Payments Program Certificate
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 252.244-7000, 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

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 07 May 2019 at 3 PM
Sioux city Iowa 12 May 2021 at 1 PM
Location Unknown 04 May 2016 at 8 PM
Iowa Not Specified

Similar Opportunities

Montpelier Vermont 22 Jul 2025 at 8 PM
Westfield Massachusetts 28 Jul 2025 at 6 PM
Martinsburg West virginia 16 Jul 2025 at 8 PM
Westfield Massachusetts 28 Jul 2025 at 6 PM