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; this is a request for quotation (RFQ). Quotes are being requested and a separate written solicitation will not be issued. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the System for Award Management database @ www.sam.gov and shall be considered for award. This combined synopsis/solicitation is issued as a Request for Quote (RFQ) W91SMC-18-Q-7004.
Submit written offers IAW CLIN structure outlined in announcement. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96 (effective 06 Nov 2017). This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(b). North American Industrial Classification Standard (NAICS) 531120 "Lessors of Nonresidential Buildings (except Miniwarehouses)", and Size Standard of $27.5M applies to this procurement.
RFQ Submission For 183d Wing Strong Bonds Ribbon Event:
•1. Quotes should conform to the CLIN structure as established in RFQ Submission Format.
•2. Please see attached Statement of Work (SOW) for detailed description of requirements.
•3. Quotes must be submitted to CMSgt Brent Keller and SSgt Rachel Clark via email at [email protected] and [email protected] NLT 5:00 PM CST, 25 July 2018.
•4. The resulting contract will be Firm-Fixed Price (FFP) and the Period of Performance is from September 14-16, 2018.
•5. All questions should be submitted by email to the contracting office no later than close of business on July 19, 2018.
CLIN 0001 Room Rental/Meeting Spaces QTY 1 Job
The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and non-personal services necessary to provide the required room rentals and accessories as specified in the attached Statement of Work, to include: lodging/sleeping rooms, general session conference room, breakout session rooms, resource fair space, event registration space, childcare activity room/ youth activity rooms, counseling rooms, and command post room.
CLIN 0002 Audio Visual QTY 1 Job
The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and non-personal services necessary to provide Audiovisual (A/V) requirements as specified in the attached Statement of Work for each specific meeting space, and ensure they are properly working.
CLIN 0003 Catered Meals/Snacks QTY 1 Job
The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and non-personal services necessary to provide two meals (1 breakfast, 1 lunch) to accommodate approximately 30 people for each breakfast meal and for each lunch meal (approximately 60 meals total). The meals shall be prepared in accordance with specifications and minimums stated in the attached Statement of Work. The contractor shall also provide snacks and refreshments to be made available two times, Saturday mid-morning and Saturday mid-afternoon, for approximately 30 people each snack time (approximately 600 snacks and refreshments total).
The following clauses are incorporated by reference in the solicitation and the resulting contract:
52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-18 Commercial and Government Entity Code Maintenance
52.204-21 Basic Safeguarding of Covered Contractor Information Systems
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
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
52.222-21 Prohibition of Segregated Facility
52.222-26 Equal Opportunity
52.222-50 Combatting 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
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests
252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea
The following clauses are incorporated by full text in the solicitation and the final award:
52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or
Executive Orders- Commercial Items
52.222-19 Child Labor- Cooperation with Authorities and Remedies
52.222-36 Equal Opportunity for Workers with Disabilities
52.252-2 Clauses Incorporated by Reference
Fill-in information: http://farsite.hill.af.mil/
52.252-6 Authorized Deviations in Clauses
Fill-in information: Department of Defense FAR Supplement (DFARS) (48 CFR Chapter 2)
252.232-7006 Wide Area Workflow Payment Instructions
Fill-in information to be provided at award.
The following provisions apply to this solicitation and are incorporated by reference. This section will be physically removed from the final award.
52.204-16 Commercial and Government Entity Code Reporting
52.212-1 Instructions to Offerors - Commercial Items
52.212-2 Evaluation- Commercial Items
52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7011 Alternative Line Item Structure
252.225-7031 Secondary Arab Boycott of Israel
All potential offerors are reminded that all firms must be registered in the System for Award Management database @ www.sam.gov to be considered for award. Lack of registration in the SAM will make an offeror ineligible for contract award. Quotes must be submitted to CMSgt Brent Keller and SSgt Rachel Clark, via email at [email protected] and [email protected] NLT 5:00 PM CST, 25 July 2018.