Utah Bids > Bid Detail

LANGUAGE CONFERENCE FEB 1-3, 2024

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159840228276798
Posted Date: Aug 3, 2023
Due Date: Aug 24, 2023
Solicitation No: W911YP23R0024
Source: https://sam.gov/opp/b4d3c05750...
Follow
LANGUAGE CONFERENCE FEB 1-3, 2024
Active
Contract Opportunity
Notice ID
W911YP23R0024
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Aug 03, 2023 09:40 am MDT
  • Original Date Offers Due: Aug 24, 2023 12:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code:
    • 561920 - Convention and Trade Show Organizers
  • Place of Performance:
    Salt Lake City , UT 84101
    USA
Description

SOLICITATION: W911YP23R0024



AGENCY/OFFICE: Utah Army National Guard / USPFO



PLACE OF PERFORMANCE: Within walking distance (0.5

SUBJECT: Language Conference FEB 1-3, 2024



RESPONSE DUE DATE: 12:00 PM MST 24 AUG 2023



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





DESCRIPTION:





*****THIS REQUIREMENT IS BEING SOLICITED AS A CASCADING SMALL BUSINESS SET-ASIDE. ONLY QUOTES FROM REGISTERED SBs in SAM.GOV WITH THE APPROPRIATE NAICS WILL BE ACCEPTED. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made based on Full and Open competition considering all proposals submitted by responsible business concerns*****







The Utah National Guard is soliciting a requirement for Language Conference FEB 1-3, 2024 under combined synopsis/solicitation W911YP23R0024 and is being issued for Request for Proposals (RFPs). This requirement is being solicited as a CASCADING SMALL BUSINESS SET-ASIDE under NAICS code 561920 - “Convention and Trade Show Organizers” which has a Small Business Size Standard of $20 million (https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf). FOR VENDOR’S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE. 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 and trade shows. This requirement is subject to availability of funding per FAR 52.232-18.









300th LANGUAGE CONFERENCE FEB 1-3, 2024



STATEMENT OF WORK





Support an indoor conference for between 800-1000 personnel February 1-3, 2024. Facility must be climate controlled, ADA compliant, and have ten (10) years (preferred) of experience hosting professional conferences. Conference must be within walking distance ( <.5 lake="" miles="" of="" public="" salt="" the="" transportation="" valley="" within="">



1 February 2024, Thursday 1600-2000



Registration/Check-In/Social



Space to register attendees and for between 50-100 attendees to stand and mingle while waiting to register and post registration. Power within 50’ to connect computers/projectors. Two Registration Tables with 4 chairs.





2 February 2024, Friday 0700-1800



0700-1200: Space to register attendees Power within 50’ to connect computers. Two Registration Tables.



0700-1200: Plenary session (800-1000) attendees. If not room for 800, additional overflow rooms to accommodate additional attendees. Stage, Microphone, Projector.



1200-1400: Lunch/Networking



1400-1700: 6-8 breakout rooms with 50-100 person capacity. Each room will need a lectern, microphone, projector.



1700-1730: Back to grand room for closing event (Same room as plenary session).





3 February 2024, Saturday 0700-2300



0700-1200: Space to register attendees Power within 50’ to connect computers. Two Registration Tables.



0700-1600: Plenary Session (250-350) attendees



1000-1600: 6 breakout rooms 50-75 person capacity, tables and chairs to accommodate 50-75



1600-1700: Room to accommodate 250-350 attendees





AV Requirements: Each room shall be equipped with modern AV equipment capable of projecting the speakers voice throughout the entire room. Main room shall be capable of streaming the main stage to overflow rooms or to attendees joining the event virtually. Break out rooms do not need to broadcast to virtual attendees.







SET-ASIDE / FAR REGULATION:





Any award resulting from this solicitation will be made using a CASCADING SMALL BUSINESS SET-ASIDE with order of precedence as follows:





In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.







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 12:00 pm (Mountain) 24 AUG 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 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 52.212-3 – 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
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
  • Aug 03, 2023 09:40 am MDTCombined Synopsis/Solicitation (Original)

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 >