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


FY 24 STATE FAMILY PROGRAMS WORKSHOP (Соединенные Штаты Америки - Тендер #53807676)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки)
Номер конкурса: 53807676
Дата публикации: 08-05-2024
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

FY 24 STATE FAMILY PROGRAMS WORKSHOP

Active
Contract Opportunity
Notice ID
W912NR24R0012
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NB USPFO ACTIVITY LA 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 (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 08, 2024 04:45 pm EDT
  • Original Date Offers Due: May 22, 2024 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 06, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3605 - FOOD PRODUCTS MACHINERY AND EQUIPMENT
  • NAICS Code:
    • 721110 - Hotels (except Casino Hotels) and Motels
  • Place of Performance:
    Lafayette , LA
    USA

Description

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation of Acquisition for Commercial Items, as supplemented
with additional information included in the notice and attachments. This announcement constitutes the only solicitation; proposal are being requested and a written solicitation will not be issued.
This solicitation is issued as a request for proposal (RFP) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2024-04 Effective on May 1, 2024. Provisions and clauses incorporated by reference has the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://acquisition.gov. The solicitation W912NR-24-R-0012 is issued as a Request for Proposal. This procurement is solicited as a total small business setaside. The NAICS code for this acquisition is 721110 – Hotels (except Casino Hotels) and Motels. This solicitation is for a firm fixed price contract and the basis of evaluation is lowest price technically acceptable. Offer must include proof of adherence to provided specifications (offers will be checked for technical acceptableness based on equirements) and have a satisfactory past performance with Government contracts. The contractor shall return the completed provision (52.204-24) and return with offer.

The Louisiana National Guard (LANG) Office of Family Programs (OFP) is seeking a facility to provide 70 sleeping rooms, and conference space, parking, catering, and dining accommodations for approximately 140 participants (i.e., service members, youth, family readiness volunteers, and event staff) on Friday 28 June – Sunday 30June 2024 in the Lafayette, LA area. SEE PERFORMANCE WORKS STATEMENT. This is an all or none award. The government reserves the right to cancel the contract in its entirety or parts of the requirment within a 7 day notice.

TIMELINE

08-MAY 2024- Combined Synopsis/Solicitation posted.

15-May 2024- Question Period ends 1000 CST.

22-MAY 2024 Solicitation closes 1:00 pm cst.

LOCATION

See PERFORMANCE WORK STATEMENT

Bidding Format- See PWS for details and menu

DESCRIPTION QTY UNIT OF ISSUE (EACH) TOTAL

0001 - Rooms June 28 70 QTY Unit of Issue EA Price

0002 - Rooms June 29 70 QTY Unit of Issue EA Price

0003- June 29 Adult Breakfast 125 QTY Unit of Issue EA Price

0004- June 29 Child Breakfast 10 QTY Unit of Issue EA Price

0005- June 29 Adult Lunch 175 QTY Unit of Issue EA Price

0006-June 29 Child Lunch 10 QTY Unit of Issues EA Price

0007-June 29 Adult Dinner 125 QTY Unit of Issues EA Price

0008- June 29 Child Dinner 10 QTY Unit of Issue EA Price

0009-- June 30 Adult Breakfast 125 QTY Unit of Issue EA Price

0010-- June 30 Child Breakfast 10 QTY Unit of Issue EA Price

0011-- June 30 Adult Lunch 150 QTY Unit of Issue EA Price

0012-- June 30 Child Lunch 10 QTY Unit of Issue EA Price

0013-- Exhibit Tables 60 QTY Unit of Issue EA Price

0014-- AV Equipment 1 QTY Unit of Issue EA Price

0015-- Meeting Space 1 QTY Unit of Issue EA Price

0016-- Gratuity 1 QTY Unit of Issue EA Price

The following FAR/DFAR clauses and provisions are applicable to this acquisition:

52.202-1 Definitions JAN 2012

52.203-3 Gratuities APR 1984

52.203-5 Covenant Against Contingent Fees APR 1984

52.203-7 Anti-Kickback Procedures OCT 2010

52.204-7 System for Award Management JUL 2013

52.204-10 Reporting Executive Compensation

52.204-13 System for Award Management Maintenance JUL 2013

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)

52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)

52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012

52.216-24 Limitation of Government Liability APR 1984

52.216-25 Contract Definitization OCT 2010

52.219-1 Small Business Program Representations

52.222-3 Convict Labor JUN 2003

52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012

52.222-21 Prohibition Of Segregated Facilities FEB 1999

52.222-26 Equal Opportunity MAR 2007

52.222-35 Equal Opportunity for Veterans SEP 2010

52.222-36 Affirmative Action For Workers With Disabilities OCT 2010

52.222-37 Employment Reports on Veterans SEP 2010

52.222-50 Combating Trafficking in Persons FEB 2009

52.223-6 Drug-Free Workplace MAY 2001

52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011

52.225-13 Restrictions on Certain Foreign Purchases JUN 2008

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications DEC 2012

52.232-1 Payments APR 1984 52.232-18 Availability if Funds APR 1984

52.232-33 Payment by Electronic Funds Transfer-System for Award Management JUL 2013

52.233-1 Disputes JUL 2002

52.233-2 Service Of Protest SEP 2006

52.233-3 Protest After Award AUG 1996

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

52.232-39 Unenforceability of Unauthorized Obligations

52.243-1 Changes--Fixed Price AUG 1987

52.245-1 Government Property

52.252-2 Clauses Incorporated By Reference FEB 1998

252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012

252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 Executive Order 13514: Federal Leadership in Environmental, Energy, and Economic Performance (OCT 2009)

52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) Use the following clause in lieu of the Federal Acquisition Regulation (FAR) clause 52.219-14, as prescribed at FAR 19.507(e): LIMITATIONS ON SUBCONTRACTING (FEB 2023) (DEVIATION 2021-O0008) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Definition. Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that— (1) Has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and (2) Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract. (c) Applicability. This clause applies only to— (1) Contracts that have been set aside for any of the small business concerns identified in 19.000(a)(3); (2) Part or parts of a multiple-award contract that have been set aside for any of the small business concerns identified in 19.000(a)(3); (3) Contracts that have been awarded on a sole-source basis in accordance with subparts 19.8, 19.13, 19.14, and 19.15; (4) Orders expected to exceed the simplified acquisition threshold and that are— (i) Set aside for small business concerns under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or (ii) Issued directly to small business concerns under multiple-award contracts as described in 19.504(c)(1)(ii); (5) Orders, regardless of dollar value, that are— (i) Set aside in accordance with subparts 19.8, 19.13, 19.14, or 19.15 under multipleaward contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or (ii) Issued directly to concerns that qualify for the programs described in subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 19.504(c)(1)(ii); and (6) Contracts using the HUBZone price evaluation preference to award to a HUBZone small business concern unless the concern waived the evaluation preference. Attachment Class Deviation 2021-O0008, Revision 1 Limitations on Subcontracting for Small Business Changes are indicated by a change bar in the right-hand margin. (d) Independent contractors. An independent contractor shall be considered a subcontractor. (e) Limitations on subcontracting. By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for— (1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding certain other direct costs and certain work performed outside the United States (see paragraph (e)(1)(i)), to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. The following services may be excluded from the 50 percent limitation: (i) Other direct costs, to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service. Examples include airline travel, work performed by a transportation or disposal entity under a contract assigned the environmental remediation NAICS code 562910), cloud computing services, or mass media purchases. (ii) Work performed outside the United States on awards made pursuant to the Foreign Assistance Act of 1961, or work performed outside the United States required to be performed by a local contractor. (2) Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract; (3) General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 85 percent subcontract amount that cannot be exceeded; or (4) Construction by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 75 percent subcontract amount that cannot be exceeded. (f) The Contractor shall comply with the limitations on subcontracting as follows: (1) For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause– Attachment Class Deviation 2021-O0008, Revision 1 Limitations on Subcontracting for Small Business Changes are indicated by a change bar in the right-hand margin. [Contracting Officer check as appropriate.] __ By the end of the base term of the contract and then by the end of each subsequent option period; or __ By the end of the performance period for each order issued under the contract. (2) For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the performance period for the order. (g) A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants. (1) In a joint venture comprised of a small business protégé and its mentor approved by the Small Business Administration, the small business protégé shall perform at least 40 percent of the work performed by the joint venture. Work performed by the small business protégé in the joint venture must be more than administrative functions. (2) In an 8(a) joint venture, the 8(a) participant(s) shall perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture must be more than administrative functions. (End of clause)

To be awarded this contract, the offeror must be registered in the SAM and remain active during period of performance. (https://www.sam.gov/portal/public/SAM/). All vendors MUST have a publicly visible registration in the System for Award Management (SAM). UEI, CAGE Code & Federal Tax ID numbers MUST be submitted with offer. If you need any additional assistance getting registered, please send me an email and I will send you additional instructions.

Contracting Office Address:USPFO for Louisiana 420 F Street, Camp Beauregard, Pineville La 71360. Point of Contact Ms. Ford, Tiffany 318-290-5584 tiffany.l.ford10.mil@army.mil or Crystal L Stiles 318 290-5982 crystal.l.stiles2.civ@army.mil.

Representation. As prescribed in 4.2105(a), complete the following representation in
FAR Clause 52.204-24(d) Representation. The Offeror represents that —

(1) It □ will, □ will not provide covered telecommunications equipment or services to
the Government in the performance of any contract, subcontract or other contractual
instrument resulting from this solicitation. The Offeror shall provide the additional
disclosure information required at paragraph (c)(1) of this section if the Offeror
responds “will” in paragraph (d)(1) of this section; and
(2) After conducting a reasonable inquiry, for purposes of this representation, the
Offeror represents that—It □ does, □ does not use covered telecommunications
equipment or services, or use any equipment, system, or service that uses covered
telecommunications equipment or services. The Offeror shall provide the additional
disclosure information required at paragraph (c)(2) of this section if the Offeror
responds “does” in paragraph (d) (2) of this section.

Attachments/Links

Contact Information

Contracting Office Address

  • KO FOR LAARNG DO NOT DELETE 420 F STREET
  • PINEVILLE , LA 71360-0000
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • May 08, 2024 04:45 pm EDTCombined Synopsis/Solicitation (Original)

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