Strong Bonds Family Training event
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.
(II) Solicitation W912R1-17-T-0006 is issued as a Request for Quote (RFQ).
(III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-56.
(IV) This acquisition is full and open and is not set-aside for any particular business concerns. The associated NAICS code for this acquisition is 721110; Standard Industrial Classification code is 7011; Small Business size standard is 32.5M.
(V) SCHEDULE OF SUPPLIES/SERVICES:
FY17 June Strong Bonds Family Training event IAW PWS (See attached FY17 June Strong Bonds Cost Breakdown Sheet and PWS.)
(VI) This solicitation is for the purchase of hotel rooms, meal, conference room space and audio visual equipment IAW the attached PWS.
(VII) FOB Destination point is:
Williamsburg, VA
Agreement estimated Period of Performance is 15 June 2017 thru 18 June 2017
(VIII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation.
(IX) The government intends to base award on Lowest Price Technically Acceptable without discussions with respective offerors. Specifications are stated in the CLIN descriptions above and PWS. The government, however, reserves the right to conduct discussions if deemed in the best interest of the government.
(X) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications – Commercial Items with their offer. This can be completed electronically at https://orca.bpn.gov/.
(XI) The clause FAR 52.212-4, Contract Terms and Conditions – Commercial Items in its latest edition applies to this solicitation.
(XII) The following clauses in their latest editions apply to this acquisition:
FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders
52.204-7, Central Contractor Registration
52.212-4, Contract Terms and Conditions—Commercial Items
52.219-6, Notice of Total Small Business Set-Aside
52.219-28, 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, Affirmative Action for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-1, Buy American Act – Supplies
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.247-34, F.O.B. - Destination
52.252-2, Clauses Incorporated by Reference
52.252-6, Authorized Deviations in Clauses
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials.
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.203-7994, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements—Representation (DEVIATION 2017-O0001) (NOV 2016)
252.203-7995, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2017-O0001) (NOV 2016)
252.204-7004 Alt A, Central Contractor Registration
252.209-7999, Prohibition against contracting w/Corps that have unpaid delinquent tax liability or a felony conviction.
252.211-7003, Item Identification and Valuation
252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders
252.232-7003, Electronic Submission of Payment Requests
252.232-7010, Levies on Contract Payments
252.212-7001 (deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
(XIII) The following additional provisions are incorporated by reference:
52.214-31, Facsimile Bids
52.219-1 Alt 1, Small Business Program Representations
52.225-2, Buy American Act Certificate
(XIV) N/A.
(XV) All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: http://www.FBO.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the acquisition. http://www.FBO.gov. They will be contained in the in a document titled “Questions and Answers”. Offerors are requested to submit questions to the email address noted below not later than, 2:00 PM EST, 2 May 2017. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing by the Contracting Officer. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in SAMs (https://www.sam.gov/). Offers are due to the following address: [email protected]; [email protected] and [email protected] by 10:00 AM EST, 8 May 2017. All responsible sources that submit a response, if timely received, shall be considered by the agency. Point of Contact for this solicitation is Stephen Roane Jr. at (202) 433-3142.
Please Provide the Following:
1. Tax Identification Number: _____________________
2. Company Registered in WAWF (Wide Area Workflow):_______________
If Not, Please register at https://wawf.eb.mil
3. Company Registered In System for Award Management (SAM):_______________
If Yes, What Is Your DUNS# and/or Cage Code: _______________
4. Company Considered a Small or a Large Business under the NAICS Code of 721110. ______
5. Company Name and Address:
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
Company Point of Contact: _______________________________________________________
Company Telephone: __________________