SOLICITATION NUMBER: W911YP24R0002
AGENCY/OFFICE & ADDRESS: Utah Army National Guard / USPFO for UT P&C
12953 South Minuteman Drive, Draper, UT 84020
PLACE OF PERFORMANCE: Within walking distance (0.5<miles) of public transportation within the Salt Lake Valley (Utah)
SUBJECT: Language Conference Venue FEB 1-3, 2024
RESPONSE DUE DATE: 12:00 PM MST 17 NOV 2023
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 Language Conference Venue FEB 1-3, 2024 under Combined Synopsis/Solicitation number W911YP24R0002 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” 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 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 and trade shows. THIS REQUIREMENT IS SUBJECT TO AVAILABILITY OF FUNDS, pursuant to 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 miles) of public transportation within the Salt Lake Valley/I-15 (Utah).
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:
No small business set-aside used for this solicitation. Soliciting 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 proposal is one that meets all the technical aspects outlined in this solicitation and statement of work while being the lowest price proposal, 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) 17 NOV 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.