26 STS Resiliency Weekend - May 2024

Agency:
State: New Mexico
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159650348812217
Posted Date: Mar 13, 2024
Due Date: Mar 28, 2024
Source: Members Only
Follow
26 STS Resiliency Weekend - May 2024
Active
Contract Opportunity
Notice ID
H9242924Q0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
US SPECIAL OPERATIONS COMMAND (USSOCOM)
Office
24 SOW
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 13, 2024 02:46 pm CDT
  • Original Date Offers Due: Mar 28, 2024 12:00 am CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: V231 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL
  • NAICS Code:
    • 721110 - Hotels (except Casino Hotels) and Motels
  • Place of Performance:
    Clovis , NM 88101
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) Federal Acquisition Regulation (FAR) Subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This solicitation is issued as a Request for Quote (RFQ) IAW FAR Part 12 "Acquisition of Commercial Items" and 13 "Simplified Acquisition Procedures" (SAP). This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05, effective 10 March 2021.



This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

This announcement constitutes one (1) solicitation, quote number H92429-24-Q-0002, which will result in one (1) firm fixed price contract to provide one (1) resiliency weekends (RW) for the 26 STS from 17-19 May 2024; the event will involve lodging, meals, childcare, and conference rooms.



The contractors shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide a Trip Advisor rated 4-star quality lodging that possesses necessary facilities to host a Resilience Weekend (RW) event in accordance with the attached Statement of Work.



This is a competitive solicitation, as a 100% set-aside for Small Business Concerns. Offerors must be registered in http://www.sam.gov prior to contract award, and be reflected as a small business concern for the applicable North American Industry Classification System (NAICS) code.



The DOL Wage Determination, current as of the date of contract award, for the contractor's area of business will be applicable for this requirement.





The North American Industry Classification System (NAICS) code for this project is 721110 and Product Service Code (PSC) code V231. The Size Standard for NAICS 721110 is $40,000,000.00.





* Request for Information (RFI)/Questions DUE DATE: 22 March 2024 @ 1200 CST OR SOONER

* QUOTES ARE DUE BY: 28 March 2024 @ 1200 CST OR SOONER.





Email Response is the required method of submitting your quote. It is the Contractor's responsibility to ensure the quote is received at the designated location and time specified. Email address: cheryl.collins.7@us.af.mil AND john.miner.3@us.af.mil



CLIN, CLIN Description, Quantity, Unit, Unit Price, Total Price:

0001 26 STS Resiliency Weekend, per the Statement of Work, and Offer Schedule Period of Performance (PoP): 17-19 May 2024. Unit of Issue: 1 LOT. Firm Fixed Price (FFP) award.





**COMPLETE ATTACHMENT 2 – OFFOR SCHEDULE AND RETURN WITH YOUR RESPONSE**





The following provisions & clauses apply to this combined synopsis/solicitation and will remain in full force in any resultant award:

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020

52.204-18 Commercial and Government Entity Code Maintenance AUG 2020

52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014

52.204-21 Basic Safeguarding of Covered Contractor Information Systems NOV 2021

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. NOV 2021

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. NOV 2021

52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment. NOV 2021

52.204-26 Covered Telecommunications Equipment or Services—Representation NOV 2021

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FEB 2016

52.212-4 Contract Terms and Conditions--Commercial Items DEC 2022

52.219-28 post-award small business program representation (OCT 2022)

52.222-41 Service Contract Labor Standards AUG 2018

52.222-50 Combating Trafficking in Persons. NOV 2021

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. NOV 2020

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications. JUN 2020

52.232-39 Unenforceability of Unauthorized Obligations JUN 2013

52.232-40 Providing Accelerated Payments to Small Business Subcontractors NOV 2021

52.233-3 Protest after award. Aug 1996

52.233-4 Applicable Law for Breach of Contract Claim. OCT 2004

252.203-7000 Requirements Relating to Compensation of Former DoD Officials. SEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DEC 2019

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. JAN 2023

252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation. DEC 2019

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation. May 2021

252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. JAN 2023

252.225-7048 Export-Controlled Items JUN 2013

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018

252.232-7010 Levies on Contract Payments DEC 2006





FAR 52.212-1 Instructions to Offerors - Commercial Items (Nov 2021) is amended to read: Offeror shall electronically submit signed and dated offer to 24 SOW/PK, using the Offer Schedule at Attachment 2, by 12:00 p.m. CST on 28 March 2024, via email address: cheryl.collins.7@us.af.mil AND john.miner.3@us.af.mil with the solicitation number in the subject block. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Hard Copy and Facsimile proposals will not be accepted.

Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Nov 2021) which is incorporated into this Request for Quotation below. The Government anticipates the award of one (1) contract from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.

The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price. Technical capability is approximately equal to price.

The Government will award a Firm Fixed Price - contract to the technically-acceptable and responsible offeror with the lowest priced offer. The offeror shall submit a completed "Offer Schedule" (Attachment 2) with pricing to be evaluated.

Technical acceptability will be determined by the following:

1. The contractor shall provide one (1) event from 17 - 19 May 2024 (alternate date in SOW), at a single venue, complete with lodging, meeting spaces, meals, and childcare, on the date and for number of participants noted in paragraph 1.6. All SOW requirements shall be located at the venue and participants shall not have to travel.

2. Lodging must meet the specifications identified in the Statement of Work. Lodging includes the offerors proven capability to supply a minimum number of rooms in the proper room sizes (as identified in the offer schedule for price evaluation), amenities, and patron parking. Lodging rooms shall be in a centralized location where patrons are not subjected to the elements for more than 10 minutes while traveling to meeting space and childcare locations. Contractor shall provide information regarding the type of hotel rooms and number of each type as part of their offer.

3. Meeting space must meet the specifications listed in the Statement of Work to include a minimum one (1) large adult meeting room for group sessions, and one (1) childcare meeting rooms that can accommodate older and younger children.

4. Meal choices/types must meet the specifications listed in the Statement of Work. The meals will be provided in or near the meeting spaces or at a location agreed upon by the government. Sample menus shall be submitted in the offer.

5. The contractor’s childcare provider shall be licensed to provide services within the same state as the event; contractor shall provide the childcare license as part of the offer. All contracted childcare personnel must have a completed background check that is in compliance with DoDI 1402.5, Criminal History Background Checks on Individuals in Child Care. This includes but is not limited to a FBI criminal history background check conducted through the Criminal Justice Identification Services Division of the FBI and SCHR checks through State repositories of all States that a provider or contractor lists as current and former residences. The investigation must have been completed within the last 5 years. Copies of current state licensing and verification of background checks for both the company and individual providers shall be provided to 26 STS/HC.

6. Contractor shall provide information on materials to include but not limited to A/V.

7. Pricing must be provided for all specified items in the CLIN.

The offeror shall also submit pricing for the event "Offer Schedule". These prices will be used to evaluate your pricing against other offerors quotes. The "Total Offer Amount" price shall be used as a price evaluation factor for award of one (1) small business contract award.

8. The lodging facility shall be within 250 miles of Clovis, NM.

9. Offeror CAGE Code shall be the CAGE code for the actual lodging facility and/or lodging facility parent company, LLC, or owner.

FAR 52.212-3 Offeror Representations and Certifications (DEC 2022) - Commercial Items applies to this Request for Quotation and the offeror must include a completed copy of these provisions with their quote or indicate (with DUNS Number) that current information is available on the federal government website ORCA (htpps://www.sam.gov) The full text of these clauses and provisions may be accessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract.

FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (DEC 2022)

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEC 2022)

Vendor Quote Information PAYMENT TERMS QUOTE EXPIRATION DATE QUOTED BY

Vendor Information ORDERING ADDRESS POINT OF CONTACT PHONE NUMBER FAX NUMBER

E-MAIL ADDRESS REMIT TO ADDRESS CAGE CODE TAX ID NUMBER

DUNS NUMBER SIZE OF BUSINESS WEB ADDRESS QUOTE DATE





CLAUSES INCORPORATED BY FULL TEXT

52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR

EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEC 2022)


Attachments/Links
Contact Information
Contracting Office Address
  • 223 CODY AVE.
  • HURLBURT FIELD , FL 32544
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 13, 2024 02:46 pm CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >