Washington Bids > Bid Detail

JSS Winter Camp Washington

Agency:
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159159403696442
Posted Date: Dec 19, 2023
Due Date: Jan 3, 2024
Source: https://sam.gov/opp/5d2fafcb51...
Follow
JSS Winter Camp Washington
Active
Contract Opportunity
Notice ID
FY24-0012054819
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N6 USPFO ACTIVITY WA 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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 19, 2023 03:35 pm EST
  • Original Date Offers Due: Jan 03, 2024 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 18, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: V231 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL
  • NAICS Code:
    • 721214 - Recreational and Vacation Camps (except Campgrounds)
  • Place of Performance:
    Camp Murray , WA 98430
    USA
Description



This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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 number FY24-0012054819 is hereby issued as a Request for Quote (RFQ). The



Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05 Dated 22 September 2023 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20230301. It is the contractor’s responsibility to become familiar with applicable clauses and provisions. This acquisition is UNRESTRICTED under North American Industry Classification Standards (NAICS) code 721214.



This RFQ is for a Firm Fixed Price (FFP) contract. The Government intends to award a contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quote conforms to all of the RFQ's requirements and is judged to represent the Best Value to the Government in accordance with the evaluation scheme set forth in this RFQ. Evaluation will be based upon best value to the Government, and delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive.





ln no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government.





Government POC: Government POC will be provided at time of award. Any changes must be coordinated through the government POC and approved in writing by the Contracting Officer.





The date, time and request for quote offers are due by 3 January 2024 at 12:00 P.M. Eastern time on to Fredesvin.quintana.civ@army.mil. Electronic offers preferred. All questions must be submitted by email no later than 24 hours prior to bid close date. NO QUESTIONS BY TELEPHONE. ALL QUESTIONS MUST BE IN WRITING (EMAIL).











Description of Requirement





JSS WINTER CAMP WASHINGTON STATE





BASE YEAR





CLIN 1: Lodging



Lodging 16-19 FEB 2024 for 45 personnel per statement of work



Total cost $__________________



CLIN 2: Meals



Meals 16-19 FEB 2024 for 45 personnel per statement of work



Day 1 – Dinner for 45 personnel



Day 2 – Breakfast, Lunch & Dinner for 45 personnel



Day 3 – Breakfast, Lunch, & Dinner for 45 personnel



Day 4 – Breakfast & Lunch for 45 personnel





Total cost $__________________



CLIN 3: Outdoor Experiential Learning



Outdoor Experiential Learning 16-19 FEB 2024 for 45 personnel per statement of work



Total cost $__________________





OPTION YEAR 1



CLIN 4: Lodging



Lodging 14-17 FEB 2025 for 45 personnel per statement of work



Total cost $__________________



CLIN 5: Meals



Meals 14-17 FEB 2025 for 45 personnel per statement of work



Day 1 – Dinner for 45 personnel



Day 2 – Breakfast, Lunch & Dinner for 45 personnel



Day 3 – Breakfast, Lunch, & Dinner for 45 personnel



Day 4 – Breakfast & Lunch for 45 personnel





Total cost $__________________



CLIN 6: Outdoor Experiential Learning



Outdoor Experiential Learning 14-17 FEB 2025 for 45 personnel per statement of work



Total cost $__________________





OPTION YEAR 2



CLIN 7: Lodging



Lodging 13-16 FEB 2026 for 45 personnel per statement of work



Total cost $__________________



CLIN 8: Meals



Meals 13-16 FEB 2026 for 45 personnel per statement of work



Day 1 – Dinner for 45 personnel



Day 2 – Breakfast, Lunch & Dinner for 45 personnel



Day 3 – Breakfast, Lunch, & Dinner for 45 personnel



Day 4 – Breakfast & Lunch for 45 personnel





Total cost $__________________



CLIN 9: Outdoor Experiential Learning



Outdoor Experiential Learning 13-16 FEB 2026 for 45 personnel per statement of work



Total cost $__________________





OPTION YEAR 3



CLIN10: Lodging



Lodging 12-15 FEB 2027 for 45 personnel per statement of work



Total cost $__________________



CLIN 11: Meals



Meals 12-15 FEB 2027 for 45 personnel per statement of work



Day 1 – Dinner for 45 personnel



Day 2 – Breakfast, Lunch & Dinner for 45 personnel



Day 3 – Breakfast, Lunch, & Dinner for 45 personnel



Day 4 – Breakfast & Lunch for 45 personnel





Total cost $__________________



CLIN 12: Outdoor Experiential Learning



Outdoor Experiential Learning 12-15 FEB 2027 for 45 personnel per statement of work



Total cost $__________________





OPTION YEAR 4



CLIN 13: Lodging



Lodging 18-21 FEB 2028 for 45 personnel per statement of work



Total cost $__________________



CLIN 14: Meals



Meals 18-21 FEB 2028 for 45 personnel per statement of work



Day 1 – Dinner for 45 personnel



Day 2 – Breakfast, Lunch & Dinner for 45 personnel



Day 3 – Breakfast, Lunch, & Dinner for 45 personnel



Day 4 – Breakfast & Lunch for 45 personnel





Total cost $__________________



CLIN 15: Outdoor Experiential Learning



Outdoor Experiential Learning 18-21 FEB 2028 for 45 personnel per statement of work



Total cost $__________________















Extended Description



Please see Statements of Work for details.



VENDOR MUST PROVIDE THEIR SAM UEI IN THEIR QUOTE









PROVISIONS AND CLAUSES



Clauses may be accessed electronically in full text through http://www.acquisition.gov. Contractors must be actively registered with SAM at http://www.sam.gov, at Wide Area Work Flow (WAWF) at http://piee.eb.mil.





FAR 52.204-6 Unique Entity Identifier



FAR 52.204-7, System for Award Management Registration



FAR 52.204-9, Personal Identity Verification of Contractor Personnel



FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards



FAR 52.204-12 Unique Entity Identifier Maintenance



FAR 52.204-16, Commercial and Government Entity Code Maintenance



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



FAR 52.211-6, Brand Name or Equal (IF APPLICABLE)



FAR 52.212-1, Instructions to Offerors-Commercial Items



FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price, technically acceptability and delivery time of all items “all or none” is the evaluation criteria. This is a best value decision.



FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov



FAR 52.212-4, Contract Terms and Condition-Commercial Items



FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply



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



FAR 52.219-28, Post Award Small Business Representation



FAR 52.222-3, Convict Labor



FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies



FAR 52.222-21, Prohibition of Segregated Facilities



FAR 52.222-26, Equal Opportunity



FAR 52.222-36, Affirmative Action for Workers with Disabilities



FAR 52.222-50, Combating Trafficking in Persons



FAR 52.223-5, Pollution Prevention and Right to Know Information



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



FAR 52.225-13, Restrictions on Certain Foreign Purchases



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 52.233-3, Protest after Award



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



FAR 52.237-1, Site Visit



FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation



FAR 52.252-2, Clauses Incorporated by Reference – SEE http://www.acquisition.gov



DFARS 252.201-7000, Contracting Officer’s Representative



DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials



DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials



DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements



DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls.



DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information



DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors



DFARS 252.207-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting.



DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law



DFARS 252.211-7003 Item Unique Identification and Valuation.



DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items



DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items



DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials



DFARS 252.225-7000, Buy American Act—Balance of Payments Program Certificate



DFARS 252.225-7001, Buy American Act and Balance of Payments Program



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



DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)



DFARS 252.232-7010, Levies on Contract Payments



DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel



DFARS 252.244-7000, Subcontracts for Commercial Items



DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea—Alt III











Submission of Invoices



In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.








Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR WAARNG DO NOT DELETE BLDG 32 QUARTERMASTER RD CP MURRAY
  • TACOMA , WA 98430-5170
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 19, 2023 03:35 pm ESTCombined 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 >