Utah Bids > Bid Detail

***Updated***YELLOW RIBBON EVENT VENUE on 20 JAN 2024

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159731348783928
Posted Date: Nov 30, 2023
Due Date: Dec 7, 2023
Source: https://sam.gov/opp/271e25f6ae...
Follow
***Updated***YELLOW RIBBON EVENT VENUE on 20 JAN 2024
Active
Contract Opportunity
Notice ID
W911YP24R0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N3 USPFO ACTIVITY UT 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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Nov 30, 2023 06:10 am MST
  • Original Published Date: Oct 17, 2023 03:26 pm MDT
  • Updated Date Offers Due: Dec 07, 2023 10:00 am MST
  • Original Date Offers Due: Oct 27, 2023 10:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 22, 2023
  • Original Inactive Date: Nov 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AB - LEASE/RENTAL OF CONFERENCE SPACE AND FACILITIES
  • NAICS Code:
    • 561920 - Convention and Trade Show Organizers
  • Place of Performance:
    Bluffdale , UT 84065
    USA
Description View Changes

SOLICITATION: W911YP24R0004



AGENCY/OFFICE & ADDRESS: Utah Army National Guard / USPFO for UT P&C



12953 South Minuteman Drive, Draper, UT 84020



PLACE OF PERFORMANCE: Venue MUST BE within 30 miles of Camp Williams, Utah



SUBJECT: Yellow Ribbon Event 20 JAN 2024 (***date updated***)



RESPONSE DUE DATE: 10:00 AM MST 7 DEC 2023 (***updated response date to include updated PWS***)



CONTRACTING POC: William (Billy) T. Brown III; Email: William.t.brown68.civ@army.mil; Phone: 801-432-4273





DESCRIPTION:





This is a combined synopsis/solicitation for commercial products or commercial services 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. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-006. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings.







The Utah Army National Guard has a requirement for a Yellow Ribbon event venue on 20 January 2024 under combined synopsis/solicitation W911YP24R0004 and is being issued for Request for Proposals (RFPs). This requirement is being solicited as FULL and OPEN COMPETITION under NAICS code 561920 - “Convention and Trade Show Organizers” or 722320 – “Caterers” or 721110 – “Hotels (except Casino Hotels) & Motels. FOR VENDOR’S PROPOSALS TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV. Furthermore, your company must also demonstrate you have performed work on similar projects that shows you have the knowledge and expertise to hold and conduct conventions, trade shows, or yellow ribbons. THIS REQUIREMENT IS SUBJECT TO AVAILABILITY OF FUNDS, pursuant to FAR 52.232-18. Proposals that exceed funds availability will not be accepted.







Please see the attached PWS for details of this Yellow Ribbon service. The venue MUST be within 30 miles of Camp Williams, Utah.







SET-ASIDE / FAR REGULATION:





No set-aside used for this solicitation. Posting this requirement as Full & Open Competition.





CONTRACT TYPE / EVALUATION CRITERIA:





The contract type for this procurement will be Firm-Fixed price contract. Award will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria. For proposals to be technically acceptable, it must meet all the specifications outlined in the SOW and provide specific examples of past performance experience relating to hosting and conducting professional conferences. Relevancy and currency will be used for past performance criteria and only a rating of ACCEPTABLE, NOT ACCEPTABLE, OR NEUTRAL will be given on past performance. If a Contractor has no relevant past performance, the Contractor will not be rated Favorably or Unfavorably but will be rated Neutral and not have that count against them. An LPTA quote is one that meets all the technical aspects outlined in this solicitation and statement of work while being the lowest price quote, IAW FAR 13.106-2(b)(4)(ii) and FAR 15.101-2.







SAM REGISTRATION:





All offerors must have an active registration in System for Award Management (SAM) at time of award in order to be eligible for contract award. All offerors responding to this solicitation must meet all standards required to conduct business with the Government, including active registration in SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information.





IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Prospective offerors may obtain information on registration at WWW.SAM.GOV.





IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.







PROPOSALS:





All proposals are due to the United States Property and Fiscal Office for Utah Purchasing and Contracting Division no later than 10:00 am (Mountain) 7 DEC 2023. All submissions should be sent via email to: william.t.brown68.civ@army.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered.







PROVISIONS & CLAUSES:





The following Provisions and Clauses are applicable to this Combined Synopsis/Solicitation:

FAR 52.202-1 – Definitions

FAR 52.203-3 – Gratuities

FAR 52.204-7 – System for Award Management



FAR 52.204-9 – Personal Identity Verification of Contractor Personnel



FAR 52.204-16 – Commercial and Government Entity Code Reporting



FAR 52.204-18 – Commercial and Government Entity Code Maintenance



FAR 52.204-19 – Incorporation by Reference of Representations and Certifications



FAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



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



FAR 52.204-26 – Covered Telecommunications Equipment or Services-Representation



FAR 52.204-27 – Prohibition on a ByteDance Covered Application

FAR 52.209-6 – Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment



FAR 52.209-10 – Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.212-1 – Instructions to Offerors



FAR 52.212-2 – Evaluation-Commercial Products and Commercial Services



FAR 52.212-3 – Offeror Representations and Certifications-Commercial Items

FAR 52.212-3 – Alternate 1

FAR 52.212-4 – Terms and Conditions - Commercial

FAR 52.212-5 – Dev - Statutes/Exec Orders



FAR 52.217-5 – Evaluation of Options



FAR 52.217-8 – Option to Extend Services



FAR 52.217-9 – Option to Extend the Term of the Contract

FAR 52.219-1 (Alt I) – Small Business Program Representation

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

FAR 52.219-8 – Utilization of Small Business Concerns

FAR 52.219-14 – Limitations on Subcontracting

FAR 52.219-28 – Post-award Small Business Program Representations

FAR 52.222-3 – Convict Labor

FAR 52.222-21 – Prohibit Segregated Facilities

FAR 52.222-22 – Previous Contract and Compliance Reports

FAR 52.222-25 – Affirmative Action

FAR 52.222-26 – Equal Opportunity

FAR 52.222-36 – Affirmative Action for Workers With Disabilities

FAR 52.222-40 – Notification of Employees Rights Under the National Labor Relations Act

FAR 52.222-50 – Combating trafficking in Persons

FAR 52.222-54 – Employment Eligibility Verification

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

FAR 52.225-23 – Restrictions on Certain Foreign Purchases

FAR 52.225-25 – Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications

FAR 52.232-1 – Payments

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 52.233-1 – Disputes



FAR 52.233-2 – Service of Protest

FAR 52.233-3 – Protest After Award

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

FAR 52.243-1 Alt.1 – Changes-Fixed Price (Services)



FAR 52.249-4 – Termination for Convenience of the Government (Services)(Short Form)

FAR 52.252-1 – Provisions Incorporated by Reference

FAR 52.252-2 – Clauses Incorporated by Reference

FAR 52.252-5 – Authorized Deviations in Provisions

FAR 52.252-6 – Authorized Deviation in Clauses

DFARS 252.203-7000 – Requirement Relating to Compensation of Former DoD Officials

DFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower Rights

DFARS 252.204-7003 – Control of Government Personnel Work Product



DFARS 252.204-7004 – Antiterrorism Awareness Training for Contractors



DFARS 252.204-7009 – Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information



DFARS 252.204-7015 – Notice of Authorized Disclosure of Information for Litigation Support



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



DFARS 252.204-7018 – Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



DFARS 252.204-7019 – Notice of NISTSP 800-171 DoD Assessment Requirements



DFARS 252.204-7020 – NIST SP 800-171 DoD Assessment Requirements



DFARS 252.204-7024 – Notice on the Use of the Supplier Performance Risk System (SPRS)

DFARS 252.209-7995 – Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law

DFARS 252.212-7000 – Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items

DFARS 252.212-7001 – Dev Terms and Conditions

DFARS 252.225-7001 – Buy America Act and Balance of Payments Program

DFARS 252.225-7002 – Qualifying Country as Subcontractors

DFARS 252.225-7012 – Preference for Certain Domestic Commodities



DFARS 252.225-7048 – Export-controlled Items



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



DFARS 252.225-7056 – Prohibition Regarding Business Operations with the Maduro Regime



DFARS 252.225-7059 – Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation



DFARS 252.225-7060 – Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region

DFARS 252.232-7003 – Electronic Submission of Payment Requests



DFARS 252.232-7006 – Wide Area WorkFlow Payment Instructions

DFARS 252.232-7010 – Levies on Contract Payments

DFARS 252.237-7010 – Prohibition of Interrogation of Detainees by Contract Personnel



DFARS 252.239-7017 – Notice of Supply Chain Risk



DFARS 252.239-7018 – Supply Chain Risk

DFARS 252.243-7001 – Pricing of Contract Modifications

DFARS 252.243-7002 – Requests for Equitable Adjustment.





FAR 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 full text available. Also, the full text of a clause may be accessed electronically at: HTTPS://WWW.ACQUISITION.GOV.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO FOR UTARNG DO NOT DELETE 12953 SOUTH MINUTEMAN DRIVE
  • DRAPER , UT 84020-2000
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >