COMBINED SYNOPSIS SOLICITATION HOTELS RCTA

expired opportunity(Expired)
From: Federal Government(Federal)
W9127QR0016

Basic Details

started - 17 Jul, 2020 (about 3 years ago)

Start Date

17 Jul, 2020 (about 3 years ago)
due - 26 Jul, 2020 (about 3 years ago)

Due Date

26 Jul, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
W9127QR0016

Identifier

W9127QR0016
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698364)DEPT OF THE ARMY (131634)NGB (17272)W7NH USPFO ACTIVITY MS ARNG (197)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (3)

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.

COMBINED SYNOPSIS SOLICITATION W9127Q-20-R-0016 RCTA HOTELS SELMAThis is a combined synopsis/solicitation for a commercial supply prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Combined Synopsis/Solicitation number W9127Q-20-R-0016 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures as a Total Small Business Set-Aside. This combined synopsis/solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2020-07, Effective 02 July 2020 and the Defense Federal Acquisition Regulations (DFARS), Last Updated 03/24/2020. The provisions and clauses incorporated into this combined synopsis/solicitation are attached separately on the HOTEL POLYGRAPH SELMA RFQ Word
Document. The North American Industrial Classification System Code is 721110 with a standard size of $35,000,000.00. The Government contemplates an award of a Firm Fixed Price contract resulting from this combined synopsis/solicitation. The United States Property and Fiscal Office for Mississippi-Contracting Office, Flowood, MS intends to issue a purchase order. The needed supplies are based on the following Statement of Work (SOW):STATEMENT OF WORK (SOW)FORRequest for Hotel Lodging1.1 Scope: The contractor shall provide all personnel, equipment, tools, materials, and quality control necessary to assist with the Regional Counterdrug Training Academy (RCTA) as defined in this PWS.1.2. Background: The Regional counterdrug Training Academy (RCTA) is one of five National Guard Counterdrug training programs that provide relevant curriculum focused on counter narcotics and counter transnational organized crime (CTOC). RCTA provides courses that support National Drug Control Strategies and positively impact the performance of Federal, State, and Local Law Enforcement Agencies (LEA), Community Based Organizations (CBO) and military professionals throughout the 54 States and Territories. Course curriculum focuses on illicit narcotics interdiction, disruption of drug trafficking organizations, intelligence and analysis, nacro-terrorism, homeland security, civil operations, and anti-drug coalition fundamentals. Each course is designed to support the objectives of the DASD-CN, Office of National Drug Control Policy (ONDCP), National Northern Border, National Southwest Border, and Caribbean Border counternarcotics strategies and increase national security. RCTA supports and builds partnerships with Federal, State, and Local agencies with current and relevant training maximized by the experiences of subject matter experts in their field. All training events are designed to not only offer world class instruction, but to break down jurisdictional barriers and offer a unique opportunity for officials across the law enforcement community.RCTA is located at the Naval Air Station (NAS) in Meridian, Mississippi. RCTA provides state of the art facilities, to include but not limited to, classrooms, conference rooms, and tactical training environments. RCTA conducts its course iterations throughout the primary training area using Mobile Training Teams (MTT), and classroom instruction atour state of the art technology house located at NAS Meridian. Training offered by RCTA is enhanced by access to a wide variety of military tactical training facilities such as urban training areas and a High Risk Entry Facility (HREF) located on NAS to give students realistic instruction and hands-on-experience.1.3 Requirements: Contractor shall provide double occupancy hotel rooms to the Students of RCTA for the duration of the polygraph course.• Rooms: RCTA will be requiring a minimum of ten (10) rooms and a possible maximum of twelve (12) rooms double occupancy with two beds.• Hotel Location: Hotel must located within close proximity to the Alabama Criminal Justice Training Center in Selma, Alabama.• Security: Contractor is responsible for maintaining adequate security of the hotel area.1.4. Wi-Fi /Hardline Connections: The contractor shall provide Wi-Fi connection.Disclaimer: The venue is responsible for providing adequate personnel for the allotted time.1.5 Period of Performance (PoP): The contractor shall provide lodging services for a ten week based on the schedule below. Check-in will be on August 2nd and check out will be October 9th. All twenty students will stay every day from August 2nd until October 9th.1.6 General Information:1.6.1 Quality Assurance (QA): The Government shall evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and acceptable quality level(s) defect rate(s).1.6.2 Place and Performance of Services: The contractor shall provide lodging services starting from 2:00 pm Sunday, August 2nd until October 9th at 11 am, with no breaks in service from the start date until the end date. . The contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS.1.7 Required Information1.7.1. Combating Trafficking in Persons: The United States Government has adopted a zero tolerance policy regarding trafficking in persons. Contractors and contractor employees shall not engage in sever forms of trafficking in persons during the period of performance of the contract, procure commercial sex acts during the period of performance of the contract, or use forced labor in the performance of the contract. The Contractor shall notify its employees of the United States Government’s zero tolerance policy and the actions that will be taken against employees for violations of this policy. Such actions may include, but are not limited to, removal from the contract, reduction in benefits, or termination of employment. The Contractor shall take appropriate action, up to and including termination, against employees or subcontractors that violate the US Government policy as described in FAR 21.17.Please submit quote that includes the price for all nights onto one CLIN.Basis for award is low price that meets the minimum requirements that will satisfy the Government's needs.OPEN MARKET PRICING IS REQUESTED.Include all applicable fees. Prices quotes must be Firm-Fixed Price.All offerors must include Fed Tax ID #, CAGE and DUNS Number. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. All potential sources shall be registered in the SAMs, https://sam.gov/portal/publis/sam in order to be considered eligible for award.Electronic Submission of Payment Requests and Receiving Reports DFAR 252.222-7003, apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, contractors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988.Quotes are due no later than 4:00 p.m., CST, 23 JUL 2020. Submit quotes via email or fax to Chris Sabine, christopher.a.sabine.civ@mail.mil or 601-313-1700; mail to: USPFO-MS-PC, Attn: Chris Sabine, 144 Military Drive, Flowood, MS 39232-8861.Questions may also be directed to Chris Sabine in writing, via email, to the above mentioned e-mail address NLT three days prior to date of RFQ closing. Should offerors require additional clarification or have any questions regarding this requirement, must be submitted in writing by email, addressed to Chris Sabine, christopher.a.sabine.civ@mail.mil. Requests for a copy of the solicitation will not receive a response.

Selma ,
 AL  36701  USALocation

Place Of Performance : N/A

Country : United StatesState : AlabamaCity : Valley Grande

You may also like

Alloy 1500T Press Forge - combined synopsis/solici

Due: 05 Apr, 2024 (in 7 days)Agency: DOE

HOTEL AND LODGING FOR DS AGENTS IN MILAN FOR WINTER OLYMPICS 2026

Due: 31 May, 2026 (in about 2 years)Agency: STATE, DEPARTMENT OF

Hotel/Motel and Overflow Shelter Accommodations

Due: 30 Jun, 2026 (in about 2 years)Agency: Department of Health & Human Svcs

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