Federal Bid

Last Updated on 06 Aug 2019 at 1 PM
Combined Synopsis/Solicitation
Nashville Tennessee

FY19 FAMILY READINESS TRAINING

Solicitation ID W912L7-19-Q-0531
Posted Date 06 Aug 2019 at 1 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7n1 Uspfo Activity Tnang 118
Agency Department Of Defense
Location Nashville Tennessee United states 37204
This is a combined synopsis/solicitation for the Family Readiness Group prepared in accordance with the format in Subpart 12.6 and FAR Part 15 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being solicited and this is the written solicitation. Solicitation number W912L7-19-Q-0531 is hereby issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 effective 12 July 2019. This requirement is being set-aside Small Business, and the North American size standard is $32.5M Industry Classification System (NAICS) Code is 721110. All responsible sources may submit an offer, which will be considered by this Agency. This award is subject to the Service Contract Act, http://www.wdol.gov/sca.aspx DAVIDSON CO/HAMILTON CO/KNOX CO/ANDERSON-ROANE CO/SULLIVAN CO CHOICE - ONLY 1 LOCIATION: Nashville is the primarily location. Other areas to consider are Wilson, Rutherford, Williamson and Montgomery Counties, 13-15 SEPT 2019. Proposals are due in this office no later than 12 AUG 2019, FRIDAY, @ 12:00pm (CST) (1:00pm EST). Email proposals to [email protected] Point of Contact (POC) referencing this solicitation is Rhonda Lien at 615-313-0530. All information and requirements are listed in the Performance Work Statement. Evaluation factors for this award are based on best value, technically and price acceptable by the government and the ability to meet the requirements of the Performance Work Statement. Offeror MUST provide Tax ID and CAGE Code and DUNN's# with proposal. Offeror must be certified in www.SAM.gov. This will be a determining factor in the award process if the offeror is not current in their certification. https://www.sam.gov/portal/public/SAM/. THIS SOLICIATION WILL CLOSE 09 AUG 2019 @ 12:00pm (CST) (1:00pm EST). 52.212-2 EVALUATION - COMMERCIAL ITEMS As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation-Commercial Items (Oct 2014) 1. (a) 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 and other factors considered. The following factors shall be used to evaluate offers: (i) Technical, (ii) Price, (iii) Past Performance, (iv) SAM record Technical and Price, when combined, are more important than Past Performance. Price is a non-cost factor The government will use FAPIIS / CPARS for PAST Performance evaluation(s). For those with no record please submit up to five previous contracts within the last three years with your quote; Include Contract Number, Point of Contact, Email/Phone, and Agency. 1. Guest Lodging - Vendor will provide a block of 80 (40x2) rooms requesting pre-diem rate. 2. Staff Lodging - Vendor will provide a block of 10 (20x2) rooms requesting pre-diem rate. These rooms will be paid separately, not on contract. 3. Conference Rooms - Vendor will provide 5 conference rooms total for the event (1 General Sessions 120 people, (See PWS for more details) 4. Vendor will lock all conference rooms nightly when not in use 5. Youth Programs: Coordinate two (2) conference / break-out rooms: • Registration Space: - The contractor will compose a registration space of 4 tables. o required 12:00pm, Friday - 12pm, Sunday o located in direct proximity to the break-out rooms or ballroom o 6ft or 8ft tables, having two (2) chairs per table; o Space is required 12pm Friday 13 SEP -2:00pm Sunday 15 SEP 6. Audio Visual - See PWS for details 7. Third Party requirements: a. REPRESENTIVE from company must be onsite at all times for the durations of the event. b. The company must have representation (help/workers) at the event at all times. 8. Payment will be made through Wide Area Workflow - WAWF now (PIEE - Procurement Integrated Enterprise Environment) https://wawf.eb.mil 9. Notification of award or acceptance of an offer will be emailed to the contractor. 2. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Not Applicable -No Options 3. (c) A written notice of award or acceptance of an offer, emailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. End of Clause Notification of award or acceptance of an offer will be emailed to the contractor. • 52.203-3 GRATUITIES • 52.203-6 ALT 1 RESTRICITIONS ON SUBCONTRACTOR SALES TO THE GOVT • 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements • 52.204-4 PRINTED or COPIED DOUBLE-SIDED on POSTCONSUMER FIBER CONTENT PAPER • 52.204-09 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL • 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS • 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING. • 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE. • 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS. • 52.204-22 ALTERNATIVE LINE ITEM PROPOSAL (JAN 2017) • 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. • 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS • 52.212-3 ALT 1 OFFEROR REPRESENTATIONS AND CERTIFICATION - COMMERCIAL ITEMS • 52.212-4: CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS • 52-212-5 (DEV) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2016) • 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS. • 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE • 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION • 52.222-3 CONVICT LABOR. • 52.222-21 PROHIBITION OF SEGREGATED FACILITIES. • 52.222-26, EQUAL OPPORTUNITY (Mar 2007) (E.O. 11246) • 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (Sep 2010) (38 U.S.C. 4212) As prescribed in 22.1310(a)(1), insert the following clause: Equal Opportunity for Veterans (Oct 2015) (a) Definitions. As used in this clause-- "Active duty wartime or campaign badge veteran," "Armed Forces service medal veteran," "disabled veteran," "protected veteran," "qualified disabled veteran,' and "recently separated veteran" have the meanings given at FAR 22.1301. (b) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-300.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified protected veterans, and requires affirmative action by the Contractor to employ and advance in employment qualified protected veterans. (c) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts of $150,000 or more unless exempted by rules, regulations, or orders of the Secretary of Labor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate of identify properly the parties and their undertakings. [Class Deviation- 2017-O0008, Office of Federal contract Compliance Programs Waiver of Certain Clause Requirements in Contracts for Hurricane Harvey Relief Efforts. This clause deviation is effective on Sept 01, 2017, and remains in effect until incorporated into the FAR, or otherwise rescinded. (d) Notwithstanding the provisions of this section, the Contractor will not be obligated to develop the written affirmative action program required under the regulations implementing the Vietnam Era Veterans' Readjustment Assistance Act (VEVRAA). (End of Clause) Alternate I (Jul 2014). As prescribed in 22.1310(a)(2), add the following as a preamble to the clause: Notice: The following term(s) of this clause are waived for this contract: Not applicable_ [List term(s)]. • 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES • 52.222-40 NOTIFICATION OF EMPLOYE RIGHTS UNDR THE NATIONAL LABOR RELATIONS ACT • 52.222-41 SERVICE CONTRACT LABOR STANDARDS. • 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES 52.222-44 FAIR LABOR STANDARDS ACT & SERVICE CONTRACT 52.222-50, COMBATING TRAFFICKING IN PERSONS (Feb 2009) (22 U.S.C. 7104) 52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION (Jan 2009). • 52.222-55 MINIMUM WAGES UNDER EXECUTIVE ORDER 13658. 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING. • 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES • 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT • 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS. • 52.233-2 SERVICE OF PROTEST Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from ______________________. [Contracting Officer designate the official or location where a protest may be served on the Contracting Officer.] Contracting Officer's Name Houston Barracks USPFO- Purchasing & Contracting, RM 202 3041 Sidco Drive, Nashville, TN 37204 Preferably send email to Contracting Officer (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) • 52.233-3 PROTEST AFTER AWARD. • 52.233-4 APPLICABLE LAW OF BREACH OF CONTRACT CLAIM • 52.237-1 SITE VISIT. • 52.252-2 CLAUSES INCORPORATED BY REFERENCE. a. http://farsite.hill.af.mil/ • 52.239-1 PRIVACY OR SECURITY SAFEGUARDS. • 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES. 52.252-6 -- Authorized Deviations in Clauses. As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert "(Deviation)" after the date of the clause. Authorized Deviations in Clauses (Apr 1984) (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 (48 CFR _1____) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) • 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE. • 252.203-7000 REQUIREMENTS RELATING OF COMPENSATION OF FORMER DoD OFFICIALS252.203-7000 REQUIREMENTS RELATING OF COMPENSATION OF FORMER DoD OFFICIALS • 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS. • 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS. • 252.204-7009 LIMITATIONS ON THE USE OF DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION • 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE. • 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING • 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT • 252.222-7007 REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS • 252-225-7012 PREFERENCEE FOR CERTAIN DOMESTIC COMMODITIES • 252.225-7035 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (ALTERNATE I) • 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 (MAR 2008) - • 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 • 252.243-7002 REQUEST FOR EQUITABLE ADJUSTMENT • 252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (b) Representation. The Offeror represents that it- _____ Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. __X___ Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) • 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA PERFORMANCE WORK STATEMENT (PWS) FOR TN-ARNG MILITARY & FAMILY READINESS OFFICE PROFESSIONAL DEVELOPMENT & YOUTH SYMPOSIUM 1.0 General: 1.1 Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to perform a dual function event: Family Readiness Training and Youth Leadership Forum, as defined in this PWS. 1.2 Background: The objective is to provide mobilization support for the Yellow Ribbon deployment briefings for the Service Members and family members of the TNARNG. 1.3 Period of Performance (PoP): The Period of Performance shall be 3 days; 13 - 15 September 2019 1.4 General Information: 1.4.1 Quality Control (QC): RESERVED 1.4.2 Quality Assurance (QA): The Government will evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government will do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and acceptable quality level(s) or defect rate(s). 1.4.3 Recognized Holidays: RESERVED 1.4.4 Place and Performance of Services: The contractor shall provide services between the hours of 12:00pm - 3:00pm on Friday, 13 September 2019 - Sunday, 15 September 2019. The contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential. • Primary preferred location is for venues located within the Nashville, TN, Metropolitan Area. Other areas to be considered are Montgomery, Rutherford, Wilson, and Williamson counties. 1.4.4.1 Telework: RESERVED 1.4.4.2 RESERVED 1.4.4.3 RESERVED 1.4.5 Security Requirements. The contractor shall comply with all applicable installation/facility access and local security policies and procedures, which may be obtained from the COR. The contractor and all associated subcontractor employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshall Office, Director of Emergency Services or Security Office. The contractor shall ensure compliance with all personal identity verification requirements as directed by Department of Defense (DoD), Headquarters Department of Army (HQDA) and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes. 1.4.5.1.1 HSPD-12 Background Investigation Requirements: RESERVED 1.4.5.1.2 Trusted Associate Sponsorship System (TASS): RESERVED 1.4.5.1.3 RESERVED 1.4.5.1.4 RESERVED 1.4.5.1.5 RESERVED 1.4.5.1.6 RESERVED 1.4.5.2 RESERVED 1.4.5.3 Communications Security/Information Technology (COMSEC/IT) Security: All communications with DoD organizations are subject to COMSEC review. All telephone communications networks are continually subject to intercept by unfriendly intelligence organizations. DoD has authorized the military departments to conduct COMSEC monitoring and recording of telephone calls originating from, or terminating at, DoD organizations. Therefore, the contractor is advised that any time contractor personnel place or receive a call they are subject to COMSEC procedures. The contractor shall ensure wide and frequent dissemination of the above information to all employees dealing with DoD information. The contractor shall abide by all Government regulations concerning the authorized use of the Government's computer network, including the restriction against using the network to recruit Government personnel or advertise job openings. 1.4.5.4 RESERVED 1.4.5.4.1 RESERVED 1.4.5.4.2 RESERVED 1.4.5.4.3 RESERVED 1.4.5.4.4 RESERVED 1.4.5.4.5 RESERVED 1.4.5.5 RESERVED 1.4.5.6 RESERVED 1.4.5.7 RESERVED 1.4.5.8 Information Awareness: RESERVED 1.4.5.9 iWATCH Training: RESERVED 1.4.5.10 OPSEC Training: RESERVED 1.4.5.11 RESERVED 1.4.5.12 Classified Information. RESERVED 1.4.5.13 Threat Awareness and Reporting Program (TARP). RESERVED 1.4.6 Physical Security: The contractor shall safeguard all Government property provided for contractor use. At the close of each work period, Government facilities, equipment and materials shall be secured. 1.4.6.1 Key Control. RESERVED 1.4.6.1.1 RESERVED 1.4.6.1.2 RESERVED 1.4.6.2 RESERVED 1.4.7 Special Qualifications: RESERVED 1.4.8 Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the KO in accordance with FAR Subpart 42.5. The KO, COR and other Government personnel, as appropriate, may meet periodically with the contractor to review the contactor's performance. At these meetings, the KO will apprise the contractor of how the Government views the contractor's performance and the contractor shall apprise the Government of problems, if any, being experienced. The contractor shall resolve outstanding issues raised by the Government. Contractor attendance at these meetings shall be at no additional cost to the Government. 1.4.9 Contract Manager (CM): The contactor shall designate a CM who shall ensure performance under this contract. The name of this person, and an alternate who shall act for the contractor when the CM is absent, shall be designated in writing to the KO. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The CM shall work through the COR to resolve issues, receive technical instructions, and ensure adequate performance of services. The CM shall ensure that contractor employees do not perform any services outside the scope of the contract without an official modification issued by the KO. The CM shall ensure contractor employees understand that services performed outside the scope of the contract are performed wholly at the expense of the contractor. 1.4.10 Identification of Contractor Employees: RESERVED 1.4.11. Combating Trafficking in Persons: The United States Government has adopted a zero tolerance policy regarding trafficking in persons. Contractors and contractor employees shall not engage in severe forms of trafficking in persons during the period of performance of the contract; procure commercial sex acts during the period of performance of the contract; or use forced labor in the performance of the contract. The Contractor shall notify its employees of the United States Government's zero tolerance policy, the actions that will be taken against employees for violations of this policy. The contractor shall take appropriate action, up to and including termination, against employees or subcontractors that violate the US Government policy as described at FAR 22.17. 1.4.12 Contractor Travel. RESERVED 1.4.13 Data Rights. RESERVED 1.4.14 Organizational Conflicts of Interest (OCI): The contractor and subcontractor personnel performing services under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent OCIs, as defined in FAR Subpart 9.5. The contractor shall notify the KO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the KO to avoid or mitigate any such OCI. The contractor's mitigation plan will be determined to be acceptable solely at the discretion of the KO. In the event the KO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the KO may impose other remedies as he or she deems necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.4.15 Phase In / Phase-Out Periods. RESERVED 2.0 Definitions and Acronyms 2.1 Definitions: 2.1.1 Contractor: A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2 Contracting Officer (KO): A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3 Contracting Officer Representative (COR): An employee of the U.S. Government designated by the KO to monitor contractor performance. Such appointment will be in writing and will state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4 Defective Service: A service output that does not meet the standard of performance associated with the PWS. 2.1.5 Deliverable: Anything that can be physically delivered and includes non-manufactured things such as meeting minutes or reports. 2.1.6 Key Personnel: Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7 Physical Security: Actions that prevent the loss or damage of Government property. 2.1.8 Quality Assurance: The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9 Quality Assurance Surveillance Plan (QASP): An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10 Quality Control: All necessary measures taken by the Contractor to ensure that the quality of an end product or service shall meet contract requirements. 2.1.11 Subcontractor: One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.2 Acronyms: AEI Army Enterprise Infostructure AR Army Regulation AT/OPSEC Antiterrorism/Operational Security BI Background Investigation CM Contract Manager CMRA Contractor Manpower Reporting Application COR Contracting Officer Representative DA Department of the Army DD254 Department of Defense Contract Security Classification Specification DFARS Defense Federal Acquisition Regulation Supplement DoD Department of Defense FAR Federal Acquisition Regulation GFP/M/E/S Government Furnished Property/Material/Equipment/Services HQDA Headquarters, Department of the Army HSPD Homeland Security Presidential Directive IA Information Assurance IS Information System(s) KO Contracting Officer NGB National Guard Bureau OCI Organizational Conflict of Interest PII Personally Identifiable Information PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program SSN Social Security Number TE Technical Exhibit TN-ARNG Tennessee Army National Guard USD(I) Under Secretary of Defense for Intelligence 3.0 Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): The Government will provide the property, material, equipment, and/or services listed below solely for the purpose of performance under this contract: 3.1 Property: RESERVED 3.2 Materials: 3.3 Equipment: Audio Visual Equipment: 3.3.1 Contractor will provided the following audio visual equipment including any necessary or required ancillary equipment: 1. Ballroom: • One (1) projector • One (1) 12' projection screen (approx.) • One (1) hand-held microphone & one (1) wireless microphone • Required from 2:00pm - 9:00pm, 14 SEP 19. 2. Youth Programs: • One (1) tv • (1) dvd player • Required from 2:00pm - 12:00pm, 13-15 SEP 19. 3.4 Services: Internet 3.4.1 Contractor will provide wireless internet connectivity to all meeting spaces, - (12:00pm - 2:00pm - 13-15 September 2019) 3.5 Utilities: RESERVED 4.0 Contractor Furnished Property, Materials, and Equipment (CFP/M/E): 4.1 General: Except for those items specifically stated to be Government-Furnished in Paragraph 3.0, the contractor shall furnish everything required to perform these services as indicated in Paragraph 1.1. 4.2 Secret Facility Clearance: RESERVED 5.0 Requirements: The contractor shall: 5.1 Lodging. Contractor will provide eighty (80) guest rooms: to be included in the contract: 1. Sixty (60 rooms x 2 nights =120 total) guest rooms will be included in the contract and billed to the master account; rooming list will be provided by State Family Program Specialist. a. Seven (7) guest rooms of the Sixty (60) will be specifically used for the Youth Action Council (YAC): i. YAC Guest rooms will be double occupancy ii. YAC Guest rooms will be located on the same floor, and same wing if applicable 2. Twenty (20 rooms x 2 nights =40 total) rooms will specifically designated for TN-ARNG Family Readiness Training Staff. a. Rooms will be reserved and paid by individual staff members; b. Staff rooms will not be billed to contract; however these rooms are desired for the same location and will be considered part of the award consideration. 5.1.1 All guests will check in on Friday, 13 September 2019 and check out 15 September 2019. 5.1.2 TNARNG requests the federal per diem rate for all rooms. 5.1.3 Any costs charged to the room such as telephone usage, movies, video games/equipment rental, mini bar usage, room service or any other charge above and beyond the daily rate, will be at the occupants expense and will not be allowable under this contract. 5.2 Meeting Space: 5 Total • Contractor will provide four (1) conference rooms and one (1) hospitality room to comfortably accommodate guests. Contractor will provide: • Hospitality Room to accommodate thirty (30) guests: • Room amenities will consist of soft seating, kitchenette, powder room, television, & wireless internet. • Room is required 12:00pm Friday - 2:00pm Sunday. • One (1) ballroom to comfortably seat 120 people for a dinner banquet. Contract will include: table arrangement in banquet layout with no more than eight (8) people per table; o Table arrangement will have a center isle; o One (1) 6 ft. or 8 ft. table at the front of the room for handouts; o One (1) podium; o One (1) speaker's platform; o One (1) American Flag; state flag is optional; o Two (2) small classroom style tables, with two (2) chairs each, placed at the rear of the meeting room; o Meeting rooms with visual obstructions (posts/columns, etc.) are not acceptable. o Ballroom is required 4:00pm - 9:00pm, Saturday 14 SEP 19. • One (1) conference room/ break-out room designated for Family Readiness Leadership training; o Room will:  Accommodate 30 individuals;  tables & chairs will be set in a "U" shape or classroom style;  work table;  water station  internet access  Room is required 12pm Friday 13 SEP - 2:00pm Sunday 15 SEP • Two (2) conjoining conference/ break-out rooms designated for youth programs. o Each room will:  Accommodate 15 individuals;  tables & chairs will be set in a "U" shape or Horseshoe fashion;  work table;  water station  Rooms are required 12pm Friday 13 SEP - 2:00pm Sunday 15 SEP 5.3 Registration Space: • The contractor will compose a registration space of 4 tables. o required 12:00pm, Friday - 12pm, Sunday o located in direct proximity to the break-out rooms or ballroom o 6ft or 8ft tables, having two (2) chairs per table; o Space is required 12pm Friday 13 SEP -2:00pm Sunday 15 SEP 5.4 Meals. Contractor will provide all meals In Accordance With (IAW) this PWS. 5.4.1 Reception: Friday 13 SEP 19. Contractor will provide a reception service consisting of a variety of both hot and cold foods such as, slider-style sandwiches, kabobs or deli trays, chicken fingers with dipping sauces, pasta salad, fruit salad and dessert items, beverages etc. 1. Contractor will provide reception service to fifty (50) people. 2. Beverages will consist of a variety of chilled soft drinks (diet & regular), tea (sweet & un-sweet), iced water, and coffee. 3. Reception service will be offer in the hospitality room. 4. Service will be available from 6:00pm - 8:00pm. 5.4.2 Breakfast: Saturday, 14 SEPT 19; Sunday 15 SEPT 19 Contractor will provide a full breakfast service consisting of: sliced seasonal fruit; muffins or pastries; waffles or pancakes with syrup and fruit topping; eggs, ham, bacon or sausage; fried potatoes; biscuits with butter & assorted jellies. 1. Beverages will consist of caffeinated and decaffeinated coffee hot tea assortment, water, orange juice, and milk. 2. Contractor will provide breakfast for sixty (60) people each day (120 total) 3. Breakfast service will be from 7:30am - 9:00am. 4. Breakfast pastries/muffins, fruit, coffee, and tea will be left for consumption after the breakfast service has closed. Items will be removed only after depletion or to prepare for the service of the next meal. 5.4.3 Lunch - Youth Programs: Saturday, 14 SEPT 19 Contractor will provide a lunch service consisting of salad, a choice of two (2) meat entrees with a minimum of two (2) vegetable choices, bread/rolls, dessert, and a drink per person. The salad will not be considered as one of the vegetable requirements. 1. Beverages will consist of ice water, tea (both sweet & un-sweet) and lemonade. 2. Contractor will provide lunch for thirty (30) people 3. Dessert offered will be an assortment of cookies and/or brownies packaged to take to off-site youth program activities. 4. Lunch will be served from 11:00am - 12:00pm. 5.4.4 Lunch - Adults: NOT PROVIDED Saturday, 14 SEPT 19 5.4.5 Dinner - Saturday, 14 SEPT 19 Contractor will provide a dinner service consisting of salad, a choice of two (2) meat entrees with a minimum of two (2) vegetable choices, bread/rolls, dessert, and a drink per person. The salad will not be considered as one of the vegetable requirements. 1. Contractor will provide dinner for one hundred twenty (120) people. 2. Dinner menu will be selected from entrees and side items that are generally appealing to both children and adults. 3. Dinner will be served from 6:00pm - 7:00pm. 5.5 Serving portions will be a minimum of the following: meat - 8oz.; vegetables - 4oz. each; bread - 1 dinner roll, except where noted (5.4.4). 5.6 Vendor will provide servers for beverage refreshment and dish removal during mealtime. 5.4.6 Lunch - Sunday, 18 SEPT 19 Contractor will provide an assortment of boxed lunches consisting of deli style sandwiches on hoagie rolls or artisan style bread, individually packaged condiments, individually packaged side item, dessert, fruit, and choice of 20oz chilled bottled beverage. 1. Contractor will provide lunch for sixty (60) people. 2. Boxed lunches will be made available by 11:45am. 6.0 Contractor Manpower Reporting Application (CMRA): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Tennessee Army National Guard via a secure data collection site. The contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2018. Contractors may direct questions to the help desk at http://www.ecmra.mil. 7.0 Applicable Publications: Publications applicable to this PWS are listed below: Publication (Chapter/Page) Date of Publication Mandatory or Advisory Website Federal Acquisition Regulation https://www.acquisition.gov/?q=browsefar or http://farsite.hill.af.mil/ Defense Federal Acquisition Regulation Supplement http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html or http://farsite.hill.af.mil/ DoDM 1000.13-M-V1 DoD Identification (ID) Cards (Enclosure 2, paragraph 3.b) 01/23/2014 http://www.esd.whs.mil/Directives/issuances/dodm/ Federal Information Processing Standards (FIPS) Publication 201-2 Personal Identity Verification (PIV) of Federal Employees and Contractors (paragraph 9) September 2013 http://nvlpubs.nist.gov/nistpubs/FIPS/NIST.FIPS.201-2.pdf DoDM 5200.2 Regulation 5200.02 Procedures for the DoD Personnel Security Program (PSP) 04/03/2017 http://www.dtic.mil/whs/directives/corres/pub1.html Army Directive 2014-05 Policy and Implementation Procedures for Common Access Card Credentialing and Installation Access for Uncleared Contractors 03/07/2014 http://www.apd.army.mil/ProductMaps/PubForm/ArmyDir.aspx AR 190-13 The Army Physical Security Program 02/25/2011 http://www.apd.army.mil/ProductMaps/PubForm/AR.aspx Homeland Security Presidential Directive (HSPD)-12 Policy for a Common Identification Standard for Federal Employees and Contractors 08/27/2004 https://www.dhs.gov/homeland-security-presidential-directive-12 DoDD 5400.11 Department of Defense Privacy Program 10/29/2014 http://www.dtic.mil/whs/directives/corres/dir.html# DoD 5400.11-R Department of Defense Privacy Program 05/14/2007 http://www.dtic.mil/whs/directives/corres/pub1.html DoDD 8140.01 Cyberspace Workforce Management 08/11/2015 OK http://www.dtic.mil/whs/directives/corres/dir.html DoD 8570.01-M Information Assurance Workforce Improvement Program 12/19/2005 (Change 4: 11/10/2015) OK http://www.dtic.mil/whs/directives/corres/pub1.html AR 25-2 Information Assurance 10/24/2007 OK http://armypubs.army.mil/ProductMaps/PubForm/AR.aspx AR 530-1 Operations Security 09/26/2014 OK http://armypubs.army.mil/ProductMaps/PubForm/AR.aspx DoD 5220.22-M National Industrial Security Program Operating Manual 02/28/2006 (Change 2: 05/18/2016) OK http://www.dtic.mil/whs/directives/corres/pub1.html AR 381-12 Threat Awareness and Reporting Program (TARP) (Section II, ¶ 2-4.b) 06/01/2016 OK http://armypubs.army.mil/ProductMaps/PubForm/AR.aspx 7.1. Applicable Forms: Forms applicable to the PWS are listed below: Form Date Website DD 1172-2 Application for Identification Card/DEERS Enrollment March 2017 http://www.dtic.mil/whs/directives/forms/index.htm I-9 Employment Eligibility Verification 11/14/16 https://www.uscis.gov/sites/default/files/files/form/i-9.pdf DD 441 Department of Defense Security Agreement Jan 2017 http://www.dtic.mil/whs/directives/forms/dd/ddforms0001-0499.htm DD 250 Material Inspection and Receiving Report SEPT 2000 http://dtic.mil/whs/directives/forms/dd/ddforms0001-0499.htm TECHNICAL EXHIBIT 1 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 3.3 Audio Visual Equipment • Was equipment set up as requested? • Was all ancillary equipment necessary for operation provided? 100% Inspection / COR After Action Review 3.4 Internet Service • Was internet service accessible in all required meeting spaces? 100% Inspection / COR After Action Review 5.1 Lodging • Rooms were acceptable • Rooms were available for check-in on time? • Rooms were clean at check-in? 95% Inspection / COR After Action Review 5.2 Meeting Space Registration/Vendor Space • Conference Rooms were set-up as requested per PWS? • Conference Rooms were clean before start of event? • All A/V request were met per PWS? 95% Inspection / COR After Action Review • Lobby area was clean and clear for vendor set-up? • Vendor tables were set-up and presentable? 95% Inspection / COR After Action Review 5.4 Meals • Meals were delivered on time? • Meals were hot and acceptable flavor? • All meals request were met per PWS? 95% Inspection / COR After Action Review
Bid Protests Not Available

Similar Opportunities

Mississippi 09 Jul 2025 at 2 PM
Colorado 09 Jul 2025 at 4 AM (estimated)
Colorado 09 Jul 2025 at 4 AM (estimated)
Andrews air force base Maryland 29 Jul 2025 at 4 AM (estimated)