3rd SFG Chaplin Hotel Retreat

expired opportunity(Expired)
From: Federal Government(Federal)
PANMCC20P0000005253

Basic Details

started - 05 Mar, 2020 (about 4 years ago)

Start Date

05 Mar, 2020 (about 4 years ago)
due - 12 Mar, 2020 (about 4 years ago)

Due Date

12 Mar, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
PANMCC20P0000005253

Identifier

PANMCC20P0000005253
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709397)DEPT OF THE ARMY (133179)AMC (72647)ACC (75026)MISSION & INSTALLATION CONTRACTING COMMAND (25843)419TH CSB (14436)W6QM MICC FDO FT LIBERTY (598)
[object Object]

SetAside

HZC(Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The Mission and Installation Contracting Command - Fort Bragg (MICC-FB) has a requirement to procure event coordination services support for hotel lodging, meals, child care, and audio visual support for events in three states in accordance with the attached Performance Work Statement.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Additionally, the Government will utilize simplified procedures in accordance with FAR Part 13.This is being issued as a Request for Quotation (RFQ) with solicitation number PANMCC20P0000005253.The North American Industry Classification System (NAICS) code is 721110, “Hotels (except Casino Hotels) and Motels”, and the business size standard is $35
Million.The contractor shall provide the below listed items to include all personnel, equipment, materials, supervision, licenses, quality control, and other items and services necessary to complete this contract in accordance with the attached Performance Work Statement (PWS). The following contains the description of requirements for the Contract Line Item Numbers (CLIN) items to be acquired:CLIN 0001 - Event 1CLIN 0002 - Event 2CLIN 0003 - Event 3Delivery Information: FOB DestinationPeriod of Performance and Locations:         Event 1: 27-29 March 2020 (Friday-Sunday) Blowing Rock, NC        Event 2: 03-05 April 2020 (Friday-Sunday) in Charleston, SC        Event 3: 24-26 April 2020 (Friday-Sunday) in Washington DC within 8 miles of the Pentagon (Location shall be approved by COR NLT two (2) weeks prior to the event.Clauses & ProvisionsIt is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFARS clauses and provisions may be viewed in full text via the Internet at https://www.acquisition.gov/browse/index/far.The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018) and the addendum, applies to this acquisition.Addendum to FAR 52.212-1, Instructions to Offerors – Commercial Items (Oct 2018), Request for Quotation (RFQ) shall contain the following information: RFQ NUMBER; NAME; ADDRESS; CAGE CODE; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quotes shall also contain all other documentation specified herein.The provision at FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), and the addendum, applies to this acquisition.Addendum to FAR 52.212-2, Evaluation – Commercial Items (Oct 2014), The Government intends to award a contract as a result of this solicitation based on the technically acceptable price. The Government will conduct comparative evaluations of quotes submitted and make an award to the responsible Offeror whose quote conforms to the solicitation and is most advantageous to the Government (i.e., that which represents the best value to the Government), price and other non-priced factors considered. The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government’s best interest. Quotes will be evaluated on price, past performance and offeror’s ability to meet the delivery and specification requirements of this solicitation/ PWS.Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018), Alternate I (Oct 2014), with their offer, or the offeror shall complete paragraph (b) of FAR 52.212-3, if the offeror has completed the annual representations and certifications electronically at http://www.sam.gov.Vendors must be actively registered in the System for Award Management (SAM); the website is https://www.sam.gov/portal/public/SAM/. Contact SAM at US Calls: 866-606-8220, International Calls: 1-334-206-7828, however, a DUNS number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a Duns number; the website is http://fedgov.dnb.com/webform.The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition.The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2019), applies to this acquisition; additional FAR clauses cited in the clause are:FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)FAR 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108- 78 (19 U.S.C. 3805 note)).FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).FAR 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015).FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011).FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332).Additional provisions and clauses that apply to this acquisition are:FAR 52.204-7, System for Award Management (Oct 2018)FAR 52.204-13, System for Award Management Maintenance (Oct 2018)FAR 52.219-1 Alt I Small Business Program Representations (Oct 2014)FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999)FAR 52.225-18 Place of Manufacture (Mar 2015)FAR 52.233-1, Disputes (May 2014)FAR 52.243-1 Changes -- Fixed Price (Aug 1987)FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998)FAR 52.253-1 Computer Generated Forms (Jan 1991)DFARS 252.201-7000, Contracting Officer's Representative (Dec1991)DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992)DFARS 252.204-7004 Alt A, System for Award Management Alternate A; (Feb 2014)DFARS 252.204-7006 Billing Instructions (Oct 2005)DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012)DFARS 252.225-7036, Buy American—Free Trade Agreements—Balance of Payments Program (Nov 2014)DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)DFARS 252.232-7006, Wide Area Workflow Payment Instructions (Dec 2018)DFARS 252.232-7010, Levies on Contract Payments (Dec 2006)DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991)Offerors shall provide quotes no later than 12:00 PM EST, 12 March 2020 to James Brown III via email - james.c.brown228.civ@mail.mil. If there are any questions, please contact him referencing 3rd SFG Chaplin Hotel Retreat.

USALocation

Place Of Performance : USA

Country : United States

You may also like

BPA FOR HOTEL OVERFLOW - HOTEL SOURCE ASSIST LLC - USWS NCTC - WV

Due: 10 Feb, 2029 (in about 4 years)Agency: U.S. FISH AND WILDLIFE SERVICE

Hotel Operator RFQ

Due: 01 May, 2024 (Tomorrow)Agency: City of Wapakoneta

Hospitality Sundries for the WI Union Hotels and UW Residence Halls

Due: 31 Jan, 2031 (in about 6 years)Agency: University of Wisconsin-Madison

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 721110Hotels (except Casino Hotels) and Motels
pscCode V231Lodging - Hotel/Motel