Skip to main content

An official website of the United States government

You have 2 new alerts

Chaplain Couples Retreat

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Solicitation (Updated)
  • Updated Published Date: May 21, 2024 10:32 am PDT
  • Original Published Date: May 15, 2024 08:32 am PDT
  • Updated Date Offers Due: May 22, 2024 12:00 pm PDT
  • Original Date Offers Due: May 22, 2024 12:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 06, 2024
  • Original Inactive Date: Jun 06, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: G002 - SOCIAL- CHAPLAIN
  • NAICS Code:
    • 721110 - Hotels (except Casino Hotels) and Motels
  • Place of Performance:
    Tucson , AZ 85707
    USA

Description

i. This is a solicitation for commercial items prepared in accordance with procedures in FAR Part 13, 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.

ii. Solicitation FA4877-24-Q-A314 is issued as a Request for Quotation (RFQ)

iii. This solicitation document incorporates provisions and clauses through Federal Acquisition Circular 2024-04, effective 1 May 2024, DFARS provisions and clauses effective 04/25/2024, and DAFFARS provisions and clauses effective 07/07/2023.

iv. This procurement is being issued as a Total Small Business set-aside. The North American Industry Classification System Code is 721110 - Hotels (except Casino Hotels) and Motels, with a small business size standard of $40M.

v. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so.

vi. Davis-Monthan Air Force Base intends to award a firm-fixed price contract for the following:

     a. CLIN 0001: Chaplain led Retreat IAW the provided PWS.

vii. The government will place an order with the offeror whose quote meets lowest price and technical acceptability. Technical acceptability is defined and referred to within this solicitation document as the offeror’s capability statement to meet the defined PWS of the service.

viii. Important Dates/Times (All Times are Mountain Standard Time / Arizona Local Time)

a. All questions must be submitted by email no later than 23 May 2024, Noon.

b. All quotes must be submitted by email no later than 31 May 2024, Noon.

ix. It is the responsibility of the offeror to review the posting for any changes or amendments that may occur concerning this RFQ. It is the responsibility of the offeror to ensure all quotes and/or questions are submitted in a timely manner by specified due date.

x. Points of Contact:

a. Primary: SrA Erick Ramirez Millan, erick.ramirez_millan@us.af.mil, 520-228-4967

b. Alternate: Elisa Montoya, elisa.montoya@us.af.mil, 520-228-2377

xi. Attachments

a. Performance Work Statement

b. Provisions and Clauses

c. Wage Determinations

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

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 capability of the service offered to meet the Government requirement;

(ii)price;

The lowest priced offer will be evaluated for technical acceptability and best value to the Government. If found technically acceptable and found to be the best value award will be made without further consideration. If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. Past Performance will not be evaluated. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

b. Options. Options are not being considered for this requirement.

c. A written notice of award or acceptance of an offer, mailed 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.

xiii. 5352.201-9101 ACC Ombudsman Oct 2019

a. An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

b. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employeeemployer actions, contests of OMB Circular A-76 competition performance decisions).

c. If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Deputy Director of Contracting, AFICC /KC (OL-ACC), 114 Thompson Street, Bldg 586, Room 129, Langley AFB, VA 23665, telephone (757) 764-5372 (DSN 574-5372) email: acc. a7k1@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.

d. The ombudsman has no authority to render a decision that binds the agency.

e. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.

(End of clause)

Contact Information

Contracting Office Address

  • ADMIN ONLY NO REQTN CP 520 228 3131 3180 S CRAYCROFT RD BLDG 2525
  • DAVIS MONTHAN AFB , AZ 85707-3522
  • USA

Primary Point of Contact

Secondary Point of Contact

History