Virginia Bids > Bid Detail

Post-deployment Yellow Ribbon Event - 1-116th & 224th Aviation

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159809571312355
Posted Date: Dec 13, 2022
Due Date: Dec 29, 2022
Solicitation No: W912LQ23R0002
Source: https://sam.gov/opp/57577dc407...
Follow
Post-deployment Yellow Ribbon Event - 1-116th & 224th Aviation
Active
Contract Opportunity
Notice ID
W912LQ23R0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N5 USPFO ACTIVITY VA 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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 13, 2022 10:07 am EST
  • Original Published Date: Dec 05, 2022 09:48 am EST
  • Updated Date Offers Due: Dec 29, 2022 02:00 pm EST
  • Original Date Offers Due: Dec 14, 2022 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 13, 2023
  • Original Inactive Date: Dec 29, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: V231 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL
  • NAICS Code:
    • 721110 - Hotels (except Casino Hotels) and Motels
  • Place of Performance:
    Richmond , VA
    USA
Description View Changes

******AMENDMENT 0001 Dated December 13, 2022******



1. The purpose of this amendment is to extend the date for receipt of quotes to December 29, 2022 to allow time for changes to the requirement.



2. A subsequent amendment to change requirements of the solicitation will be issued on or before December 29, 2022. The date for receipt of quotes may be extended beyond December 29, 2022 if the Government determines it is necessary based on the change in requirement and the date the change(s) is published.



3. All other terms and conditions remain unchanged.



********End of Amendment 0001 dated December 13, 2022*******





1. GENERAL INFORMATION:





A. This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued.





B. The Virginia Army National Guard (VaARNG) will conduct a post-deployment Yellow Ribbon Event for the 1-116TH Infantry Battalion and 224th Aviation within thirty (30) miles radius of downtown Richmond, VA. The 1-116th will be performed on January 20-22, 2023, with an estimate of 1,820 attendees. The 2-224th will be conducted on February 03-05, 2023, with an estimate of 400 attendees. To conduct this event, both the 116th IN BN and 224th AVN will require lodging, event space, audio / visual services, childcare services, catering services, and parking.





C. The Government will award a Firm Fixed-Price Contract(s) resulting from this Request for Quote (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 721110, (Hotels (except Casino Hotels) and Motels). The Product Service Code (PSC) is V231, (Transportation/Travel/Relocation- Travel/Lodging/Recruitment: Lodging, Hotel/Motel), with a business size standard of $35,000,000.00. This requirement is a 100% Small Business Set-A-Side solicitation and only qualified offerors may submit quotes. This solicitation document, and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-09, dated October 28, 2022.





D. The Government will not pay for costs associated with the preparation of a quote in response to this combined synopsis/solicitation.





E. Payment will be made through the Wide Area Workflow (WAWF) application in accordance with DFARS clause 252.232-7006, Wide Area Workflow Payment Instructions.





F. Interested vendors agree to hold the prices in its quote firm for 60 calendar days from the date specified for the closing of this RFP.





G**Funds ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT. Federal Acquisition Regulation (FAR) clause 52.232-18 is included in the solicitation and will be incorporated into resulting award.***





H. The anticipated award date for this action is December 20, 2022.





2. COMMUNICATION WITH THE GOVERNMENT:





A. Questions: Submit written questions via email ONLY to contract specialist Noel Robleto at noel.a.robleto.civ@army.mil. No phone calls will be accepted. Questions will be received until December 12, 2022, no later than 11:00 a.m. Eastern Standard Time (EST).





B. Administrative Information:

Contracting Officer: SMSgt Desiree Santos: desiree.santos.2@us.af.mil

Contract Specialist: Noel Robleto: noel.a.robleto.civ@army.mil





3. BASIS FOR AWARD:

A. The Government intends to award to the vendor whose quote is the lowest priced technically acceptable and meets the requirements as stated in the Performance Work Statement (PWS) for the services requested. The Government will review price quotes submitted for reasonableness.





B. Multiple awards per event may be made if determined to be in the best interest of the Government. For evaluation purposes only, a fee of $500.00 per award will be applied during the evaluation – this fee is an administrative tool for evaluation purposes only and is not actually added into any quoted or contract costs. The purpose of adding an administrative fee for evaluation purposes is to determine if it is prudent for the Government to award multiple contracts. The Yellow Ribbon events do not have to be at the same location. While vendors are NOT required to quote all line items of the solicitation, vendors are required to quote all line items within the listed specific groups as follows.





January Yellow Ribbon event



Group 1:



Lodging 1-116th: CLINs 0001, 0002, 0003, & 0004



Group 2:



Catering 1-116th: CLINs 0005, 0006, 0007 and 0008



Audio / Visual 1-116th: CLIN 0009



Event Space 1-116th: CLINs 0010AA, 0010AB, 0010AC, 0010AD, and 0010AE



Parking1-116th: CLIN 0011



Group 3: Childcare 1-116th: CLIN 0012





February Yellow Ribbon event:



Group 1:



Lodging 2-224th: CLINs 1001, 1002, & 1003



Group 2:



Catering 2-224th: CLINs 1004, 1005, 1006, & 1007



Audio/Visual 2-224th: CLIN 1008



Event Space 2-224th: CLINs 1009AA, 1009AB, 1009AC, 1009AB, and 1009AE



Parking 2-224th: CLIN 1010



Group 3:



Childcare 2-224th: CLIN 1011





January Yellow Ribbon event



For example: Interested Vendor A can quote on all three groups, while interested Vendor B may not be able to provide childcare in Group 3; therefore, elects to quote on the lodging and event requirements (Group 1 & 2 only) and interested Vendor B may not be able to provide lodging or event services but can provide childcare and elects to quote Group 3 only. Vendor C may only be able to provide lodging and therefore elects to quote on Group 1 only. Please note however, if the proposed lodging facility is not within walking distance of the event venue and the facility does not provide transportation to the event facility, the lodging facility will not be further considered for the award. These are all acceptable ways to submitting quotes. Vendors quoting on more than one group (i.e. Groups 1&2, 1&3, 2&3, or 1, 2 and 3) must indicate on their submission if the quote is all or none. For example, a vendor who quotes all 3 groups, but will not accept an award for group 1 only, group 2 only, or group 3 only must indicate their quote is only to be considered for one award. Another example includes a vendor who is quoting all 3 groups and will accept an award for groups 1 and 2 but not an award for just group 3 must indicate on their submission, their quote is not to be considered for a single award of any group but may be considered for a combination of Groups 1, 2 and 3 or groups 1 and 2, but a single award for group 3 will not be accepted. Also Vendor D may elect to quote all groups for both events, while Vendor E may elect to quote all groups for January event only. Vendor E may elect to quote on lodging only (Group 1) for both events while Vendor F may elect to quote on lodging only for the January Event.





February Yellow ribbon event



For example: Interested Vendor A can quote on all three groups, while interested Vendor B may not be able to provide childcare in Group 3; therefore, elects to quote on the lodging and event requirements (Group 1 & 2 only) and interested Vendor B may not be able to provide lodging or event services but can provide childcare and elects to quote Group 3 only. Vendor C may only be able to provide lodging and therefore elects to quote on Group 1 only. Please note however, if the proposed lodging facility is not within walking distance of the event venue and the facility does not provide transportation to the event facility, the lodging facility will not be further considered for the award. These are all acceptable ways to submitting quotes. Vendors quoting on more than one group (i.e. Groups 1&2, 1&3, 2&3, or 1, 2 and 3) must indicate on their submission if the quote is all or none. For example, a vendor who quotes all 3 groups, but will not accept an award for group 1 only, group 2 only, or group 3 only must indicate their quote is only to be considered for one award. Another example includes a vendor who is quoting all 3 groups and will accept an award for groups 1 and 2 but not an award for just group 3 must indicate on their submission, their quote is not to be considered for a single award of any group but may be considered for a combination of Groups 1, 2 and 3 or groups 1 and 2, but a single award for group 3 will not be accepted. Also Vendor D may elect to quote all groups for both events, while Vendor E may elect to quote all groups for February event only. Vendor E may elect to quote on lodging only (Group 1) for both events while Vendor F may elect to quote on lodging only for the February Event.





C. Parking shall be in walking distance of event facility. If parking is more than a quarter mile of the event facility, transportation musts be provided to and from venue at no additional cost to government or guest.





D. In order to be considered for an award, vendors shall have an active registration in the System for Award Management at https://sam.gov. Vendors are responsible to ensure the representations, and certifications in their SAM registration are accurate and current.





4. ADDENDUM to 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021)



A. Addendum to FAR 52.212-2(a), Evaluation of offeror. The Government will award a contract to the responsible offeror with the lowest price.





5. ADDENDUM to 52.212-1, Instructions to Offerors – Commercial Items (May 2022)



A. Addendum to FAR 52.212-1(b), Submission of offers. Offeror shall submit an electronic copy of their dated quote via e-mail to: noel.a.robelto.civ@army.mil with the solicitation number (W912LQ-23-R-0002) in the subject block, by December 14, 2022, no later than 2:00 PM EST. Facsimile quotes will not be accepted. Vendors who do not provide all the required information with their quotes may be deemed NON-RESPONSIVE for further consideration for the solicitation and award. In addition to the items required by 52.212-1(b), the offer or shall complete and provide the following with their submission:





1. Signed and completed Information Sheet (attachment 1)

2. Signed and completed 52.204-24 & 52.204-26, 52.212-3, and 252.204-7016 & 7017 (attachment 2).



3. Pricing for all contract line item numbers (CLINS) within the group(s) being quoted. If a CLIN is at no cost (NC) or not separately priced (NSP), the vendor shall so indicate. Vendors may submit an alternate pricing schedule. However, each requirement must be identified as a priced requirement or NC/NSP requirement. The alternate pricing schedule shall be clear as the government will not make any assumptions and an award may be made without discussions.



For example, the pricing schedule included with this posting may be used or a vendor may submit their own pricing schedule which identifies the price for all event space to include audio/visual with a note stating the price includes the general session, breakout rooms, childcare rooms, resource provider area and counseling rooms and associated audio/visual.



4. Name, address, and pictures for proposed lodging and event space. Lodging is preferred to be located at the event site but not necessary if lodging does not allow.



5. Proposed catering menus for adults and children. Due to current supply chain issues in the food industry, interested vendors unable to meet the PWS requirements may submit an alternate meal plan for the government’s consideration. However, the government has the sole discretion to accept or reject the plan submitted.



6. Entity name, address, and website of company providing childcare services.



7. Current lodging and event venue star as determined by www.tripadvisor.com



8. Please provide number of hotel rooms available in single, double, and multi-family rooms (i.e. 1 bed – 2 person occupancy; 2 bed – 4 person occupancy; 2+ bed – 5+ person occupancy).





B. Addendum to FAR 52.212-1(f), Late submissions, modifications, revisions, and withdrawal of offers. This paragraph is tailored to read as follows: Offerors are responsible for submitting electronic offers by the solicitation due date and time. Offers received after the solicitation due date and time are considered late and will be handled in accordance with FAR 52.212-1(f).





6. PRICING SCHEDULE





January Yellow Ribbon Event



GROUP 1



Item Number



Short Description



Quantity



Unit Price



Extended Price



0001



1-116th Lodging 20 January 2023



350 Rooms







0002



1-116th Lodging 21 January 2023



600 Rooms







0003



1-116th Lodging 22 January 22, 2023



20 Rooms







0004



Event Parking – Overnight Guest- January 20 – 22, 2023



935 each









GROUP 2



0005



1-116th Catering Adult/ Teens Lunch January 21, 2023



1700 each







0006



1-116th Catering Adult/ Teens Lunch January 22, 2023



1700 each







0007



1-116th Catering, Children Lunch January 21, 2023



120 Meals







0008



1-116th Catering, Children Lunch January 22, 2023



120 Meals







0009



1-116th Audio/ Visual Equipment (January 21-22, 2023)



1 Each







0010



1-116th Event Space (January 21-22, 2023)



1 Each







0010AA



Conference Room



2 Rooms







0010AB



Resource Provider Area



1 Room







0010AC



Counseling Rooms



2 Rooms







0010AD



Childcare Rooms



2 Rooms







0010AE



Youth Rooms



1 Room







0011



1-116th Event Parking – Additional Guest-January 21-22, 2023



1150 each









GROUP 3



Item Number



Short Description



Quantity



Unit Price



Extended Price



0012



1-116th Childcare Services (January 21-22, 2023)



120 Each













February Yellow Ribbon Event



Group 1



Item Number



Short Description



Quantity



Unit Price



Extended Price



1001



224th Lodging February 3, 2023



25 Rooms







1002



224th Lodging February 4, 2023



45 Rooms







1003



Event Parking Overnight guest – February 03-05 2023



55 Each











Group 2



1004



224th Catering Adult/ Teens Lunch February 4, 2023



260 Meals







1005



224th Catering Adult/ Teens Lunch February 5, 2023



260 Meals







1006



224th Catering, Children Lunch February 4, 2023



20 Meals







1007



224th Catering, Children Lunch February 5, 2023



20 Meals







1008



224th Audio/ Visual Equipment (February 04-05, 2023)



1 Each







1009



224th Event Space (February 04-05, 2023)



1 Each







1009 AA



Conference Room



1 Rooms







1009 AB



Resource Provider Area



1 Room







1009 AC



Counseling Rooms



2 Rooms







1009 AD



Childcare Rooms



2 Rooms







1009 AE



Youth Rooms



1 Room







1010



224th Event Parking – Additional Guest February 04-05, 2023,



250 Each









Group 3





Item Number



Short Description



Quantity



Unit Price



Extended Price



1011



224th Childcare Services (February 04-05, 2023)



20 Each









Due to the current rise in positive COVID19 cases and the Health Protection Conditions it may be necessary for the Virginia Army National Guard (VAARNG) to cancel the event after award. Any cancellation costs, with cancellation dates, which may be incurred should it be necessary to cancel the event after award, shall be submitted with the quote. For example: Costs associated with a cancellation more than 14 days prior to the event may differ from associated costs should cancellation occur 5 days prior to the event. Conditions associated with the costs shall be clearly annotated.







7. PROVISIONS AND CLAUSES



A. The following FAR and DFARS provisions are incorporated by reference and apply to this solicitation:



52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007)



52.204-7, System for Award Management (OCT 2018)

52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)



52.204-17 Ownership or Control of Offeror (AUG 2020)

52.204-20, Predecessor of Offeror (AUG 2020)

52.212-1, Instructions to Offerors Commercial Items (NOV 2021)



52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021)



52.222-22 Previous Contracts and Compliance Reports (FEB 1999)



52.222-25 Affirmative Action Compliance (APR 1984)

252.204-7008, Compliance With Safeguarding Covered Defense Information Controls (OCT 2016)



252.204-7016, Covered Defense Telecommunications Equipment or Services – Representation (DEC 2019) – see attachment number 2

252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation (MAY 2021) - see attachment number 2



252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020)



252.215-7008, Only One Offer (JUL 2019)



252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism, (Sep 2021)



252.225-7055, Representation Regarding Business Operations with Maduro Regime (MAY 2022)



252.239-7098 (Dev), Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites - Representation.(Deviation 2021-O0003), (APR 2021)





B. The following FAR and DFARS clauses are incorporated by reference and are applicable to this solicitation and any resulting award:



52.203-12, Limitation on Payments to Influence Certain Federal Transactions (JUN 2020)



52.204-13, System for Award Management Maintenance (OCT 2018)



52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)

52.204-19, Incorporation By Reference Of Representation And Certifications (DEC 2014)



52.212-4, Contract Terms and Conditions Commercial Items (NOV 2021)



52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (AUG 2018)

52.232-39, Unenforceability of Unauthorized Obligations (June 2013)

52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)



252.201-7000, Contracting Officer's Representative (DEC 1991)

252.203-7002, Requirement To Inform Employees Of Whistleblower Rights (SEP 2013)

252.204-7000, Disclosure Of Information (OCT 2016)

252.204-7003, Control Of Government Personnel Work Product (APR 1992)

252.204-7009, Limitations on the Use or Disclosure of Third-Party (OCT 2016)

252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019)

252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)

252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021)



252.204-7020, NIST SP 800-171 DoD Assessment Requirements (NOV 2020)



252.204-7021, Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement (NOV 2020)



252.204-7022, Expediting Contract Closeout (MAY 2021)



252.225-7001, Buy American and Balance of Payments Program-Basic (JUN 2022)

252.225-7012, Preference For Certain Domestic Commodities (APR 2022)

252.225-7048, Export-Controlled Items (JUN 2013)



252.225-7052, Restriction on the Acquisition of Certain Magnets and Tungsten (SEP 2021)



252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (MAY 2022)



252.225-7972, Prohibition on the Procurement of Foreign Made Unmanned Aircraft Systems (Deviation 2020-O0015) (MAY 2020)

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)

252.232-7010, Levies on Contract Payments (DEC 2006)

252.232-7017, Accelerating Payments to Small Business Subcontractors-- Prohibition on Fees and Consideration (APR 2020)

252.243-7001, Pricing Of Contract Modifications (DEC 1991)

252.244-7000, Subcontracts for Commercial Items (JAN 2021)





C. The following FAR and DFARS provisions are incorporated by full text and apply to this solicitation and any resulting award. Full text of a provision may be accessed electronically at Https://www.acquisition.gov. Supplemental information for applicable provisions is provided below.





52.204-22Alternative Line Item Proposal(JAN 2017)- (a) The Government recognizes that the line items established in this solicitation may not conform to the Offeror’s practices. Failure to correct these issues can result in difficulties in acceptance of deliverables and processing payments. Therefore, the Offeror is invited to propose alternative line items for which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract is economically and administratively advantageous to the Government and the Offeror.



(b) The Offeror may submit one or more additional proposals with alternative line items, provided that alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation. However, acceptance of an alternative proposal is a unilateral decision made solely at the discretion of the Government. Offers that do not comply with the line items specified in this solicitation may be determined to be nonresponsive or unacceptable





52.203-3, Gratuities (APR 1984)



52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020)

52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) – see attachment number 2

52.204-26, Covered Telecommunications Equipment or Services-Representation (OCT 2020) – see attachment number 2



52.229-3 Federal, State, and Local Taxes (FEB 2013)

52.212-3, Offeror Representations and Certifications – Commercial Items (OCT 2022) – see attachment number 2



52.232-18, Availability of Funds (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.



52.242-13, Bankruptcy (JUL 1995)



52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquistion.gov



52.252-5, Authorized Deviations in Provisions (NOV 2020) – fill in text for paragraph (b) Defense Federal Acquisition Regulation Supplement (DFARS)(48 CFR 2)

252.203-7005, Representation Relating to Compensation of Former DOD Officials (NOV 2011)





D. The following FAR and DFARS clauses are incorporated by full text and apply to this solicitation and any resulting award. Full text of a clause may be accessed electronically at https://www.acquisition.gov. Supplemental information for applicable clause is provided below.





52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (SEP 2021)

The following FAR clauses included in 52.212-5 are applicable to this acquisition:



52.203-6 (NOV 2021)

52.203-19 (JAN 2017),



52.204-10 (JUN 2020)

52.204-23 (NOV 2021),

52.204-25 (NOV 2021),

52.209-10 (NOV 2015),

52.233-3 (AUG 1996),

52.233-4 (OCT 2004),

52.209-6 (NOV 2021),

52.219-6 (NOV 2020),



52.219-8 (OCT 2018),



52.219-14 (SEP 2021)



52.219-28 (SEP 2021),

52.222-3 (JUN 2003),

52.222-19 (JAN 2020),

52.222-21 (APR 2015),

52.222-26 (SEPT 2016),



52.222-35 (JUN 2020),

52.222-36 (JUN 2020),



52.222-37 (JUN 2020),

52.222-50 (NOV 2021),

52.223-18 (JUN 2020),

52.224-3 (JAN 2017),

52.225-13 (FEB 2021),

52.232-33 (OCT 2018),



52.222-41 (AUG 2018),

52.222-42 (MAY 2014),



Fill-in text for clause 52.222-42 is as follows:



Code: Title: Grade: Hourly Rate:

24570 Childcare Attendant GS-04 $15.68

24580 Childcare Center Clerk GS06 $19.55

07260 Waiter/Waitress WG03 $15.34

07130 Food Service Workers WG02 $13.96

07041 Cook I WG06 $19.31

07042 Cook II WG08 $21.94

07070 Dishwasher WG02 $13.96

31290 Shuttle Bus Driver WG06 $19.31

31260 Parking and Lot Attendant WG02 $13.96

11150 Janitor WG02 $13.96

11122 Housekeeper Aide WG02 $13.96

99050 Desk Clerk GS04 $15.68



52.222-55 (NOV 2020),

52.222-62 (JAN 2017), and

52.226-6 (JUN 2020),



52.252-2, Clauses Incorporated by Reference (FEB 1998) - 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 their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquistion.gov

52.252-6, Authorized Deviations in Clauses (NOV 2020) – fill in text for paragraph (b) Defense Federal Acquisition Regulation Supplement (DFARS)(48 CFR 2)

252.203-7000, Requirements Relating to Compensation of Former DOD Officials (SEP 2011)



252.232-7006 Wide Area Workflow Payment Instructions (DEC 2018) – Fill-in information of clause will be provided at the time of award



5352.201-901, Ombudsman (OCT 2019)



Attachments:



1. Information Sheet



2. Representations and Certifications



3. Performance Work Statement



4. Wage Determination – Richmond


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR VAARNG DO NOT DELETE WSH15H DSCR 8000 JEFFERSON DAVIS HW
  • RICHMOND , VA 23297-0000
  • 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 >