Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Соединенных Штатов Америки


JSS Winter Camp Washington (Соединенные Штаты Америки - Тендер #49499835)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки)
Номер конкурса: 49499835
Дата публикации: 22-12-2023
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация

JSS Winter Camp Washington

Active
Contract Opportunity
Notice ID
FY24-0012054819
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N6 USPFO ACTIVITY WA ARNG

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 (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 21, 2023 05:29 pm EST
  • Original Published Date: Dec 19, 2023 03:35 pm EST
  • Updated Date Offers Due: Jan 09, 2024 12:00 pm EST
  • Original Date Offers Due: Jan 03, 2024 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 24, 2024
  • Original Inactive Date: Jan 18, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: V231 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL
  • NAICS Code:
    • 721214 - Recreational and Vacation Camps (except Campgrounds)
  • Place of Performance:
    Camp Murray , WA 98430
    USA

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with 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.

Solicitation number FY24-0012054819 is hereby issued as a Request for Quote (RFQ). The

Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05 Dated 22 September 2023 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20230301. It is the contractor’s responsibility to become familiar with applicable clauses and provisions. This acquisition is UNRESTRICTED under North American Industry Classification Standards (NAICS) code 721214.

This RFQ is for a Firm Fixed Price (FFP) contract. The Government intends to award a contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quote conforms to all of the RFQs requirements and is judged to represent the Best Value to the Government in accordance with the evaluation scheme set forth in this RFQ. Evaluation will be based upon best value to the Government, and delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive.

ln no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractors responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government.

Government POC: Government POC will be provided at time of award. Any changes must be coordinated through the government POC and approved in writing by the Contracting Officer.

The date, time and request for quote offers are due by 9 January 2024 at 12:00 P.M. Eastern time on to Fredesvin.quintana.civ@army.mil. Electronic offers preferred. All questions must be submitted by email no later than 24 hours prior to bid close date. NO QUESTIONS BY TELEPHONE. ALL QUESTIONS MUST BE IN WRITING (EMAIL).

Description of Requirement

JSS WINTER CAMP WASHINGTON STATE

BASE YEAR

CLIN 1: Lodging

Lodging 16-19 FEB 2024 for 45 personnel per statement of work

Total cost $__________________

CLIN 2: Meals

Meals 16-19 FEB 2024 for 45 personnel per statement of work

Day 1 – Dinner for 45 personnel

Day 2 – Breakfast, Lunch & Dinner for 45 personnel

Day 3 – Breakfast, Lunch, & Dinner for 45 personnel

Day 4 – Breakfast & Lunch for 45 personnel

Total cost $__________________

CLIN 3: Outdoor Experiential Learning

Outdoor Experiential Learning 16-19 FEB 2024 for 45 personnel per statement of work

Total cost $__________________

OPTION YEAR 1

CLIN 4: Lodging

Lodging 14-17 FEB 2025 for 45 personnel per statement of work

Total cost $__________________

CLIN 5: Meals

Meals 14-17 FEB 2025 for 45 personnel per statement of work

Day 1 – Dinner for 45 personnel

Day 2 – Breakfast, Lunch & Dinner for 45 personnel

Day 3 – Breakfast, Lunch, & Dinner for 45 personnel

Day 4 – Breakfast & Lunch for 45 personnel

Total cost $__________________

CLIN 6: Outdoor Experiential Learning

Outdoor Experiential Learning 14-17 FEB 2025 for 45 personnel per statement of work

Total cost $__________________

OPTION YEAR 2

CLIN 7: Lodging

Lodging 13-16 FEB 2026 for 45 personnel per statement of work

Total cost $__________________

CLIN 8: Meals

Meals 13-16 FEB 2026 for 45 personnel per statement of work

Day 1 – Dinner for 45 personnel

Day 2 – Breakfast, Lunch & Dinner for 45 personnel

Day 3 – Breakfast, Lunch, & Dinner for 45 personnel

Day 4 – Breakfast & Lunch for 45 personnel

Total cost $__________________

CLIN 9: Outdoor Experiential Learning

Outdoor Experiential Learning 13-16 FEB 2026 for 45 personnel per statement of work

Total cost $__________________

OPTION YEAR 3

CLIN10: Lodging

Lodging 12-15 FEB 2027 for 45 personnel per statement of work

Total cost $__________________

CLIN 11: Meals

Meals 12-15 FEB 2027 for 45 personnel per statement of work

Day 1 – Dinner for 45 personnel

Day 2 – Breakfast, Lunch & Dinner for 45 personnel

Day 3 – Breakfast, Lunch, & Dinner for 45 personnel

Day 4 – Breakfast & Lunch for 45 personnel

Total cost $__________________

CLIN 12: Outdoor Experiential Learning

Outdoor Experiential Learning 12-15 FEB 2027 for 45 personnel per statement of work

Total cost $__________________

OPTION YEAR 4

CLIN 13: Lodging

Lodging 18-21 FEB 2028 for 45 personnel per statement of work

Total cost $__________________

CLIN 14: Meals

Meals 18-21 FEB 2028 for 45 personnel per statement of work

Day 1 – Dinner for 45 personnel

Day 2 – Breakfast, Lunch & Dinner for 45 personnel

Day 3 – Breakfast, Lunch, & Dinner for 45 personnel

Day 4 – Breakfast & Lunch for 45 personnel

Total cost $__________________

CLIN 15: Outdoor Experiential Learning

Outdoor Experiential Learning 18-21 FEB 2028 for 45 personnel per statement of work

Total cost $__________________

Extended Description

Please see Statements of Work for details.

VENDOR MUST PROVIDE THEIR SAM UEI IN THEIR QUOTE

PROVISIONS AND CLAUSES

Clauses may be accessed electronically in full text through http://www.acquisition.gov. Contractors must be actively registered with SAM at http://www.sam.gov, at Wide Area Work Flow (WAWF) at http://piee.eb.mil.

FAR 52.204-6 Unique Entity Identifier

FAR 52.204-7, System for Award Management Registration

FAR 52.204-9, Personal Identity Verification of Contractor Personnel

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

FAR 52.204-12 Unique Entity Identifier Maintenance

FAR 52.204-16, Commercial and Government Entity Code Maintenance

FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

FAR 52.211-6, Brand Name or Equal (IF APPLICABLE)

FAR 52.212-1, Instructions to Offerors-Commercial Items

FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price, technically acceptability and delivery time of all items “all or none” is the evaluation criteria. This is a best value decision.

FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov

FAR 52.212-4, Contract Terms and Condition-Commercial Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply

FAR 52.219-6, Notice of Total Small Business Set-Aside

FAR 52.219-28, Post Award Small Business Representation

FAR 52.222-3, Convict Labor

FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies

FAR 52.222-21, Prohibition of Segregated Facilities

FAR 52.222-26, Equal Opportunity

FAR 52.222-36, Affirmative Action for Workers with Disabilities

FAR 52.222-50, Combating Trafficking in Persons

FAR 52.223-5, Pollution Prevention and Right to Know Information

FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving

FAR 52.225-13, Restrictions on Certain Foreign Purchases

FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration

FAR 52.232-39, Unenforceability of Unauthorized Obligations

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

FAR 52.233-3, Protest after Award

FAR 52.233-4, Applicable Law for Breach of Contract Claim

FAR 52.237-1, Site Visit

FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation

FAR 52.252-2, Clauses Incorporated by Reference – SEE http://www.acquisition.gov

DFARS 252.201-7000, Contracting Officer’s Representative

DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials

DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials

DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls.

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

DFARS 252.207-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting.

DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law

DFARS 252.211-7003 Item Unique Identification and Valuation.

DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items

DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items

DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials

DFARS 252.225-7000, Buy American Act—Balance of Payments Program Certificate

DFARS 252.225-7001, Buy American Act and Balance of Payments Program

DFARS 252.225–7055, Representation Regarding Business Operations with the Maduro Regime

DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea—Alt III


Submission of Invoices

In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.

Attachments/Links

Contact Information

Contracting Office Address

  • KO FOR WAARNG DO NOT DELETE BLDG 32 QUARTERMASTER RD CP MURRAY
  • TACOMA , WA 98430-5170
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Dec 21, 2023 05:29 pm ESTCombined Synopsis/Solicitation (Updated)
  • Dec 19, 2023 03:35 pm EST

Источник закупки

Перейти

Импорт - Экспорт по стране Соединенные Штаты Америки

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru