Oregon National Guard Yellow Ribbon, Medford OR has been closed on 25 Mar 2021. It no longer accepts any bids. For further information, you can contact the DEPT OF DEFENSE.DEPT OF THE ARMY.NGB.W7NW USPFO ACTIVITY OR ARNG
Bellow, you can find more information about this project:
Location: United States
DEPT OF DEFENSE.DEPT OF THE ARMY.NGB.W7NW USPFO ACTIVITY OR ARNG
Food
Closed
04 Mar 2021
25 Mar 2021
Not available
See attached Combo/synopsis statement of work and wage determination.
Notice type: Combo Synopsis
Response date: March 25th, 2021 at 11:00 AM PST
Class Code: V231
NAICS: 721110
Solicitation #: 11595045
Place of Performance: Medford, OR
Contracting
Office Address:
The United States Property and Fiscal Office, ATTN: USPFO-P, 1776 Militia Way/PO Box 14350, Salem, Oregon 97309-5047
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.301, as supplemented with additional information included in this notice. This is a total small business set aside. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-04.
The solicitation No: 11595045 is issued as a Request for Quote (RFQ). Request for Quotes are due by March 25, 2021 11:00 a.m. (PST). The RFQ will result in a firm fixed price contract.
Please have all RFI’s sent to the Government POC listed on this Combo Synopsis by 11:00 PST on March 17th, 2021 to allow time for the a Q&A Amendment to be distributed out to all parties.
The National American Industry Classification System (NAICS) code for this acquisition is 721110 The Small business Size Standard is $32,000,000.00. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following services:
Location: Medford, OR
Period of Performance: 09 April 2021 and 10 April, 2021
CLIN 001 Lodging for 65 rooms
CLIN 0001 Total $
CLIN 0002- Catered Meals April 10-11, 2021
CLIN 0002 TOTAL $
CLIN 0003- Event Space April 10-11, 2021
CLIN 0003 TOTAL $
QUOTE TOTAL (CLIN 0001- CLIN 0003) $
Requirements for your quote: Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with the total price at the bottom. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. The award will only be made to an offeror that is all-inclusive of the requirements on this solicitation.
Failure to identify in your quote that you meet all technical aspects of the PWS will make your quote ineligible for award. The award for this will be made without discussions. No Site Visit is authorized at this time.
Quotes must be Firm Fixed Priced
Clause 52.219-14 -- Limitations on Subcontracting By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for -- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials.
Quote Evaluation:
See FAR 52.212-2 in this solicitation for evaluation factors.
SAM vendor registration is required. Please visit www.sam.gov. Step-by-step information on how to register is detailed on the website. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors’ Quote shall be valid for a minimum of 30 days to be acknowledged in the offerors’ proposal. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil.
This announcement will result in a firm fixed-price contract.
Point of Contact:
Phillip Chik
Contracting Officer
USPFO Purchasing and Contracting OR
Phone: 503-584-3784
Email: [email protected]
Performance Work Statement
Oregon Army National Guard
Event Space, Catered Meals, and Lodging – April 10, 2021 and April 11, 2021
Medford, Oregon (20 mile radius)
1.0 Overall Concept
1.1 The Service Member and Family Support (SMFS) of the Oregon National Guard requests a vendor to provide conference space, catered meals, and lodging as outlined below in order to conduct a Yellow Ribbon Post 2 Deployment Event and Resource Fair as outlined below.
1.0 Catering requirements see attached combo/synopsis
2.0 Lodging Requirements
2.1 Conference: April 10, 2021 and April 11, 2021 – Yellow Ribbon Post 2 Deployment Event
3.0 Meal Requirements
3.1 Conference: April 10, 2021 and April 11, 2021 – Yellow Ribbon Post 2 Deployment Event
4.0 Special Meal Requirements
4.1 Quantity and meals are provided in Section 3.1 and are listed by date and time.
4.2 Special Requirements.
4.3 A list of special dietary needs will be provided 72 hours before the event.
5.0 General Cleanup
5.1 All meals and food related items will be cleaned and sanitized throughout the food service area during the event.
5.2 Throughout the event, all tables will be sanitized and wiped clean.
5.3 Trash will be monitored and emptied into the facility’s dumpster as they are filled, and will remain empty at the end of the event.
6.0 Performance Standards
6.1 The vendor will provide no less than the required amount of conference rooms stated in this PWS and the solicitation. If conference rooms, lodging or any other item identified in the CLINs of the contract are “double allocated,” the vendor will ensure the government has precedence.
6.2 The vendor will ensure that lodging rooms are clean and sanitary based on local and state regulations.
6.3 The vendor will be responsible for all preparation and/or delivery of food on time. “On‐time” is defined as prepped and ready for serving no later than ten (10) minutes prior to scheduled meal times.
6.4 The vendor will ensure food is prepared in accordance with local and state regulations.
6.5 The vendor will provide meals in accordance with the PWS to include stated Special Requirements.
6.6 The vendor will ensure that eating areas are clean and sanitary based on local and state regulations. Final food serving table cleanup will also be conducted by food service provider.
6.7 The vendor will ensure all equipment requested in the solicitation and the PWS, as quoted on by the vendor, is in good working order.
6.8 The vendor will provide any proposed changes or needed changes to the COR in a timely manner. No changes will occur prior to approval from the Contract Officer.
7.0 Event Space Requirements
7.1 Conference: April 10, 2021 and April 11, 2021 – Yellow Ribbon Post 1 Deployment Event
7.2 One (1) conference room, to comfortably accommodate 300 people in banquet rounds style seating.
7.3 Two (2) breakout rooms in the afternoon, to comfortably accommodate 150 people per room in afternoon, banquet rounds style seating.
7.4 One (1) Lobby, wide hallway, or centrally located space to accommodate 30 resource/vendor tables, 50 resource providers and allow the 300 adult guests to walk through and around to visit the tables.
7.5 Two (2) Registration areas near entrances that allow 300 adult guests ability to register for the event as they arrive.
7.6 Two (2) breakout rooms, to comfortably accommodate twenty (20) adults. One (1) of the breakout rooms should have tables and chairs and will be used for staff breaks, staging, and storing excess items. One (1) of the breakout rooms should have one (1) table and three (3) chairs for audio/visual recording of book reading. We will provide audio/visual recording equipment for this activity.
7.7 Four (4) Childcare registration areas outside the childcare areas to be used for childcare registration.
7.8 Four (4) separate rooms for childcare providers to provide age appropriate activities for child guests, separated into 4 age groups: infant, pre-k, elementary, and middle through high school aged. Each child is required 35 square feet, the breakdown is as follows:
7.9 All four (4) childcare rooms must meet the following criteria:
7.10 All conference rooms must be located on the same property.
7.11 All conference rooms must be indoors.
7.12 Cost will be inclusive of all taxes and service charges.
7.13 All setup and breakdown of tables and other vendor provided equipment will be conducted by the vendor.
7.14 Wi-Fi readily available throughout the facility from 6:00 am – 6:00 pm.
8.0 Antiterrorism/Operations Security Requirements
8.1 Vendor will ensure personnel supporting the event are instructed not to notify or disclose information on military personnel or their families’ attendance at this event.
TECHNICAL EXHIBIT 1 to Paragraph 6.0
Performance Requirements Summary (PRS)
This PRS includes performance objectives the Government will use to determine contractor performance and will compare contractor performance to the Acceptable Quality Level (AQL).
Performance Objective
Performance Standard
Acceptable Quality Levels (AQL)
Surveillance Method / By Whom
6.1 The vendor will provide no less than the required amount of conference rooms stated in this PWS and the solicitation. If conference rooms, lodging or any other item identified in the CLINs of the contract are “double allocated,” the vendor will ensure the government has precedence.
Develop a record for each client
98% accountability
Frequency: Daily Who: COR
Rating:
6.2 The vendor will ensure that lodging rooms are clean and sanitary based on local and state regulations.
Within 24 hours
98% of the time
Frequency: Daily Who: COR
Rating:
6.3 The vendor will be responsible for all preparation and/or delivery of food on time. “On‐time” is defined as prepped and ready for serving no later than ten (10) minutes prior to scheduled meal times.
Verify / Validate Client Forms
100% of the time
Frequency: Daily Who: COR
Rating:
6.4 The vendor will ensure food is prepared in accordance with local and state regulations.
Within 24 hours
100% of the time
Frequency: Daily Who: COR
Rating:
6.5 The vendor will provide meals in accordance with the PWS to include stated Special Requirements.
Track success
100% accuracy
Frequency: Daily
Who: COR
Rating:
6.6 The vendor will ensure that eating areas are clean and sanitary based on local and state regulations. Final food serving table cleanup will also be conducted by food service provider.
Create customer surveys and distribute one to each client. Tracking
98% on time submission of monthly summary report
Frequency: Daily
Who: COR
Rating:
6.7 The vendor will ensure all equipment requested in the solicitation and the PWS, as quoted on by the vendor, is in good working order.
Plan clearly and accurately assesses the importance of identified resources
90% customer satisfaction based on completed customer surveys, client record and summary report
Frequency: Daily
Who: COR
Rating:
6.8 The vendor will provide any proposed changes or needed changes to the COR in a timely manner. No changes will occur prior to approval from the Contract Officer.
Identifies and corrects deficiencies
100% customer satisfaction based on completed customer surveys, client record and
summary report
Frequency: Daily Who: COR
Rating:
9. Quality Control (QC): The contractor shall develop and maintain an effective quality control program (QCP) to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor’s QCP is the means by which the contractor is assured the work complies with the requirement of the contract.
10. Contracting Officer’s Representative (COR): Mr. Rudy Figueroa is the Contracting Officer’s Representative for inspection and acceptance of deliverables under this task order. The COR is authorized to represent the contracting officer in interpreting the technical requirements of this task order. However, the COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition. The contract awardee may contact Rudy Figueroa at (503) 584-3733 or [email protected].
.
11. Period of Performance: 9-11 April 2021
12. Deliverable Guidelines:
Receive Daily Tenders and Grants notifications
Subscribe nowFeatured tenders
Enter your contact details
One of our experts will be in touch shortly to arrange a convenient time to book a Demo Presentation.
Home pageEnter your contact details
One of our experts will be in touch shortly to arrange a convenient time to book a Demo Presentation.
Home page