Search Contract Opportunities

SC National Guard Summer Youth Camp (22-29 July 2017)

ID: W912QG-17-T-0016 • Type: Synopsis Solicitation

Description

Posted: May 23, 2017, 11:46 a.m. EDT
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 W912QG-17-T-0016 is being issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-95 effective 19 Jan 2017. Provisions and clauses incorporated by reference have 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://farsite.hill.af.mil/.

The associated North American Industrial Classification System (NAICS) code for this procurement is 721214 - Recreational and Vacation Camps (except camp grounds).

Government intends to award a Firm Fixed Price Contract for a weeklong camp 22 -29 July 2017 for ages 10-17. The Government will award a contract resulting from this solicitation to the responsible contractor that meets the minimum technical requirement at the lowest price. A site visit to the camp ground may be required prior to award. Since award will be made without discussions, it is highly encouraged to quote your most advantageous pricing in your initial response.

This requirement is unrestricted, full and open competition.

For quoting this event, be sure to follow the Contract Line Item Number (CLIN) Structure listed below:
REQUIREMENT:

CLIN 0001 - Campers
*Meals, lodging, and recreational activities should be included in price. Vendor will include a FULL Menu and FULL Activities Schedule with quote in accordance with the PWS*
Qty: 150
Unit: ea
Unit Price: $____________
Line Item 0001: $_____________

CLIN 0002 - Meals for Adults
Qty: 50 Unit: ea
Unit Price: $____________
Line Item 0002: $___________
CLIN 0003 - Additional Recreational Activities for campers that may have a fee
Qty: 150
Unit: each
Unit Price $ _____________
Line Item 0003 $____________

CLIN 0004 - Lodging for adults
Qty: 50 Unit: ea
Unit Price $ _____________
Line Item 0004 $____________

CLIN 0005 - Six Administrative Facilities
Qty: 1
Unit: lot
Unit Price $ _____________
Line Item 0005 $____________

Grand total of Base Year: $______________
-------------------------------------------------------------------------------------------------
Option Year 1
CLIN 1001 - Campers
*Meals, lodging, and recreational activities should be included in price. Vendor will include a FULL Menu and FULL Activities Schedule with quote in accordance with the PWS*
Qty: 150
Unit: ea
Unit Price $____________
Line Item 1001 $_____________

CLIN 1002 - Meals for Adults
Qty: 50 Unit: ea
Unit Price $____________
Line Item 1002 $____________
CLIN 1003 - Additional Recreational Activities for campers that may have a fee
Qty: 150
Unit: each
Unit Price $ _____________
Line Item 1003 $____________

CLIN 1004 - Lodging for adults
Qty: 50 Unit: ea
Unit Price $ _____________
Line Item 1004 $____________

CLIN 1005 - Six Administrative Facilities
Qty: 1
Unit: lot
Unit Price $ _____________
Line Item 1005 $____________
Grand total of Option Year 1: $______________
-------------------------------------------------------------------------------------------------
Option Year 2
CLIN 2001 - Campers
*Meals, lodging, and recreational activities should be included in price. Vendor will include a FULL Menu and FULL Activities Schedule with quote in accordance with the PWS*
Qty: 150
Unit: ea
Unit Price $____________
Line Item 2001 $_____________

CLIN 2002 - Meals for Adults
Qty: 50
Unit: ea
Unit Price $____________
Line Item 2002 $____________
CLIN 2003 - Additional Recreational Activities for campers that may have a fee
Qty: 150
Unit: each
Unit Price $ _____________
Line Item 2003 $____________

CLIN 2004 - Lodging for adults
Qty: 50 Unit: ea
Unit Price $ _____________
Line Item 2004 $____________

CLIN 2005 - Six Administrative Facilities
Qty: 1
Unit: lot
Unit Price $ _____________
Line Item 2005 $____________
Grand total of Option Year 2: $______________
-------------------------------------------------------------------------------------------------
Option Year 3

CLIN 3001 - Campers
*Meals, lodging, and recreational activities should be included in price. Vendor will include a FULL Menu and FULL Activities Schedule with quote in accordance with the PWS*
Qty: 150
Unit: ea
Unit Price $____________
Line Item 3001 $_____________

CLIN 3002 - Meals for Adults
Qty: 50 Unit: ea
Unit Price $____________
Line Item 3002 $___________
CLIN 3003 - Additional Recreational Activities for campers that may have a fee
Qty: 150
Unit: each
Unit Price $ _____________
Line Item 3003 $____________

CLIN 3004 - Lodging for adults
Qty: 50 Unit: ea
Unit Price $ _____________
Line Item 3004 $____________

CLIN 3005 - Six Administrative Facilities
Qty: 1
Unit: lot
Unit Price $ _____________
Line Item 3005 $____________
Grand total of Option Year 3: $______________
-------------------------------------------------------------------------------------------------
Option Year 4

CLIN 4001 - Campers
*Meals, lodging, and recreational activities should be included in price. Vendor will include a FULL Menu and FULL Activities Schedule with quote in accordance with the PWS*
Qty: 150
Unit: ea
Unit Price $____________
Line Item 4001 $_____________

CLIN 4002 - Meals for Adults
Qty: 50
Unit: ea
Unit Price $____________
Line Item 4002 $____________
CLIN 4003 - Additional Recreational Activities for campers that may have a fee
Qty: 150
Unit: each
Unit Price $ _____________
Line Item 4003 $____________

CLIN 4004 - Lodging for adults
Qty: 50
Unit: ea
Unit Price $ _____________
Line Item 4004 $____________

CLIN 4005 - Six Administrative Facilities
Qty: 1
Unit: lot
Unit Price $ _____________
Line Item 4005 $____________
Grand total of Option Year 4: $______________

GRAND TOTAL OF BASE AND OPTION YEARS: $________________

The following FAR/DFAR clauses and provisions apply to this solicitation and will remain in full force in any resultant award:

52.202-1 Definitions
52.203-3 Gratuities
52.203-5 Covenant Against Contingent Fees
52.203-6 Alt. I Restrictions on Subcontractor Sales to the Government - Alternate I
52.203-7 Anti-Kickback Procedures
52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements of Statements
52.204-3 Taxpayer Identification
52.204-4 Printed or Copied - Double Sided on Post-consumer Fiber Content Paper
52.204-6 Data Universal Numbering System Number
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award
52.204-13 System for Award Management Maintenance;
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.204-22 Alternative Line Item Proposal
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.211-18 Variation in Estimated Quantity
52.212-1 Instructions to Offerors--Commercial Items
The offeror shall submit an electronic copy of their signed and dated offer via e-mail to blake.s.cromer.civ@mail.mil with the solicitation number in the subject block NLT Tuesday, June 13, 2017 at 10:00 AM EST. Include your DUNS number, Tax ID number, and cage code on your quote. Be sure to attach the full menu and activities schedule as stated in CLIN 0001. Provide up to three (3) references for camps/events conducted within the past three (3) years that are similar in size and magnitude as it relates to participants and activities.
For evaluation purposes, please provide no more than five (5) pages of information that indicates your company meets the technical capability of the Performance Work Statement requirement. Offerors should provide adequate details in their quote.
The Offeror must quote on an all or none basis.

NOTE: BOTH A PRICE AND TECHNICAL PROPOSAL FOR ALL OFFERORS MUST BE SUBMITTED IN ORDER TO BE CONSIDERED FOR A CONTRACT.

Request for Information (RFI): All questions must be in the form of an RFI in writing to Blake Cromer at blake.s.cromer.civ@mail.mil no later than 10:00 AM ET on Wednesday, May 31, 2017. Those RFIs not received within the prescribed date and time will not be considered.
Read this announcement and PWS in its entirety. Some of the clauses may contain information in which you must submit a response.
52.212-2 Evaluation--Commercial items
Basis of Award: Lowest Price Technically Acceptable (LPTA). All or none basis. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is found to be most advantageous to the Government.
The following factors shall be used to evaluate offers:

1. Technical:
a. Camp location within 130 miles of SCNG FP/CYS Branch Office.
b. Facility must provide the types of lodging as specified in PWS
c. Facility must provide administration buildings
d. Facility must provide the recreation services/events as specified in PWS
e. Facility must be available the Period of Performance 1st, 2nd, or 3rd option dates
f. Conformance with terms and conditions of the PWS
2. Past Performance - The Government will evaluate the quality and extent of the offeror's performance deemed relevant to the requirement of this solicitation. Provide up to three (3) references for camps/events conducted within the past three (3) years that are similar in size and magnitude as it relates to participants and activities.
3. Price: See CLIN Structure above

For evaluation purposes, please provide no more than five (5) pages of information that indicates your company meets the technical capability of the Performance Work Statement requirement. Offerors should provide adequate details in their quote.
Evaluation of technical factors shall be on an acceptable/unacceptable basis. All factors are required to achieve an acceptable rating to be considered technically acceptable.

52.212-3 ALT I. Offeror Representations and Certifications--Commercial Items
Include completed copy of this provision with your proposal or indicate (with DUNS Number) that current information is available on the federal government website SAM (https://www.sam.gov/). Prospective contractors must be registered and ACTIVE in the System for Award Management (SAM) at time of award of a government contract.
52.212-4 Contract Terms and Conditions--Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019)
52.217-5 Evaluation of Options
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns
52.219-28 Post-Award Small Business Program Representation
52.222-1 Notice To The Government Of Labor Disputes
52.222-3 Convict Labor
52.222-21 Prohibition Of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Affirmative Action For Workers With Disabilities
52.222-37 Employment Reports on Veterans
52.222-41 Service Contract Labor Standards
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)
52.222-50 Combating Trafficking in Persons
52.223-6 Drug-Free Workplace
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving
52.225-1 Buy American Act--Supplies
52.225-13 Restrictions on Certain Foreign Purchases
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications.
52.232-1 Payments
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-2 Service of Protest
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.243-1 Changes--Fixed Price
52.244-6 Subcontracts for Commercial Items
52.247-34 F.O.B. Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated By Reference
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at http://farsite.hill.af.mil/
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulations System (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
252.201-7000 Contracting Officer's Representative
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
255.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alternate A, System for Award Management
252.204-7011 Alternative Line Item Structure
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.209-7998 Representation Regarding Conviction of a Felony Criminal
252.213-7000 Notice to Prospective Suppliers on the Use of Past performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations.
252.215-7008 Only One Offer
252.222-7007 Representation Regarding Combating Trafficking in Persons
252.225-7012 Preference for Certain Domestic Commodities
252.225-7031 Secondary Arab Boycott of Israel
252.225-7048 Export-Controlled Items
252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea

Posted: May 10, 2017, 3:07 p.m. EDT

Overview

Response Deadline
June 13, 2017, 11:00 a.m. EDT Past Due
Posted
May 10, 2017, 3:07 p.m. EDT (updated: May 23, 2017, 11:46 a.m. EDT)
Set Aside
None
Place of Performance
within 130 miles of SCNG Branch Office COLUMBIA, SC 29201 USA
Source
SAM

Current SBA Size Standard
$9 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
On 5/10/17 South Carolina National Guard issued Synopsis Solicitation W912QG-17-T-0016 for SC National Guard Summer Youth Camp (22-29 July 2017) due 6/13/17. The opportunity was issued full & open with NAICS 721214 and PSC X.
Primary Contact
Title
Contract Specialist
Name
Blake S. Cromer   Profile
Phone
(803) 299-1537

Documents

Posted documents for Synopsis Solicitation W912QG-17-T-0016

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation W912QG-17-T-0016

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912QG-17-T-0016

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912QG-17-T-0016

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7NZ USPFO ACTIVITY SC ARNG
FPDS Organization Code
2100-W912QG
Source Organization Code
100221310
Last Updated
June 28, 2017
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 28, 2017