Federal Bid

Last Updated on 24 Jun 2019 at 1 PM
Combined Synopsis/Solicitation
Location Unknown

185th ARW Youth Symposium 2019

Solicitation ID W912LP-19-Q-7205
Posted Date 07 May 2019 at 3 PM
Archive Date 24 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7m8 Uspfo Activity Iaang 185
Agency Department Of Defense
Location United states
185th ARW Iowa Air National Guard
Youth Symposium 2019
W912LP-19-Q-7205

You are invited to submit a quote to the 185th Air Refueling Wing, Iowa Air National Guard, 2920 Headquarters Ave, Sioux City, Iowa, 51111, ATTN: 2d Lt. Allison Harbit, Contracting Officer, for the aforementioned requirement. The Government intends to award a firm-fixed price contract resulting from this Request for Quote.

The North American Industry Classification System (NAICS) code used for this acquisition is 721214 - Recreational and Vacation Camps (except campgrounds) NOTE: If this NAICS is not listed as one of your organization's codes in the System for Award Management (SAM) website, you will need to certify your business size for this NAICS (prior to award), via FAR Clause 52.212-3, Alternate I, Offeror Representations and Certifications---Commercial Items Alternate I."


MINIMUM SPECIFICATIONS:

0001- Youth Symposium in accordance with attached performance work statement (PWS). (Quantity: 26 EACH)

0002- Contractor Manpower Reporting (CMR) Requirements (see instructions below) (Quantity: 1 JOB)

CMR INSTRUCTIONS:
"The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Army collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/.

Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year.

Contractors may direct questions to the help desk at http://www.ecmra.mil/." The following is applicable to this acquisition:

The Department of Defense Activity Address Code (DODAAC) is W912LP
The Unit Identification Code (UIC) for the requiring activity is F8Z3SV
SUBMISSION REQUIREMENTS/RFQ TERMS:

1. Offerors shall submit ALL of the following information with their quote
• Company/Offeror Name:
• Company P.O.C:
• POC Phone Number:
• POC E-Mail:
• Cage Code or DUNS Number:
• Net Payment Terms (Net 30, unless otherwise noted):

2. 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.

3. 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.

4. Proposals are due at 2:00 PM Central on Tuesday, 14 May 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], or FAX to (712) 233-0576.
Questions regarding this solicitation may be directed to 2d Lt Allison Harbit, (712) 233-0512, [email protected] or SMSgt Mark Crombie, (712) 233-0513, [email protected]

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.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 24 Jun 2019 at 1 PM
Sioux city Iowa 16 Mar 2020 at 4 PM
Sioux city Iowa 12 May 2021 at 1 PM
Location Unknown 04 May 2016 at 8 PM
Iowa Not Specified

Similar Opportunities

Warner robins Georgia 27 Mar 2026 at 4 AM (estimated)
Rock island Illinois 25 Sep 2025 at 4 AM (estimated)
Rock island Illinois 25 Sep 2025 at 4 AM (estimated)
Rock island Illinois 25 Sep 2025 at 4 AM (estimated)
Rock island Illinois 25 Sep 2025 at 4 AM (estimated)