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.
This is issued as a request for quote (RFQ) and is a Total Small Business Set Aside. The NAICS Code is 721110,
with a business size standard of $32.5M.
The Government intends to fulfill this requirement by awarding a firm fixed price contract. The Government intends to
award a contract to a qualified offeror deemed responsible in accordance with FAR Part 15.101-1(b)(2).
This solicitation is for-hotel services for a conference therefore it is exempt as a services contract per FAR 22-1003-
4(d)(iii)..
The Kansas Army National Yellow Ribbon Office has a requirement for a Post Deployment Event. The Contractor will
be required to furnish labor, material, and equipment necessary to complete the tasks identified in the attached
Performance Work Statement (PWS).
Federal Acquisition Regulation (FAR) provision at 52.212-1, Instruction to Offerors-Commercial, applies to this
acquisition.
Award will be made to the offeror who provides the Best Value to the government based on Location, Technical Past
Performance "Capability", and Price. When combined, Location and Past Performance "Capability" is significantly
more important than Price, therefore the government may award this contract to other than the lowest priced
proposal.
Provision for Evaluation: Award will be made to the contractor whose offer represents the Best Value to the
Government. In accordance with FAR Subparts 15.304 and 15.305 and the clause at 52.212-2.
The offeror must demonstrate the ability to perform details listed in PWS through past performance within the past
three years, over at similar events (Conferences, and events of over 300 people). The Government intends to
evaluate proposals and make award without discussions with offerors (except clarifications as described in FAR
15.306(a). Therefore the initial proposal should contain the offerors best terms from a cost or price standpoint. Do not
assume that you will have the opportunity to clarify, discuss, or revise your proposal. Offerors may, at the discretion
of the Government, be asked to provide more information and clarification regarding their proposal. Request for such
information does not constitute discussions. The Government reserves the Right to conduct discussions if the
Contracting Officer later determines them to be necessary.
Offerors shall submit proposals (by e-mail) including information required by the applicable provisions which outline
the following:
1. Pricing/Rate Schedules (forms attached)
2. Offerors most recent hotel and food inspections by state and local governing bodies and insurance
certificate(Liability Insurance) (To include Room, Kitchen, Elevator etc)
3. Reasonably available past performance information that is recent and relevant (performance that has occurred
within the last three (3) years). Contractor shall submit no more than three (3) Past Performance Documents.
4. In accordance with FAR 52.212-3, proposals must also include completed annual representations and certifications
electronically via http://www.acquisition.gov or state the current copy in System Award Management is complete and
accurate.
Potential contractor must be registered with the System of Award Management (SAM) (https://www.sam.gov/SAM/)
prior to award of the contract.
Offers are due by 12:00 noon CST on Thursday, May 23, 2019. E-mail to
[email protected] at USPFO
for Kansas, 2737 S Kansas Ave, Topeka KS 66611. Faxed proposals will not be accepted. Any questions shall be
submitted by e-mail no later than 12:00 noon CST on Monday May 20, 2019 to:
[email protected]Continue to monitor this website for an addendum with responses to questions.
Bid Protests Not Available