SOLICITATION NOTICE
V -- Blanket Purchase Agreements for Lodging
- Notice Date
- 1/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- 185 ARW/MSC, 2920 Headquarters Avenue, Sioux City, IA 51110-1396
- ZIP Code
- 51110-1396
- Solicitation Number
- W912LP-11-T-0011
- Response Due
- 2/4/2011
- Archive Date
- 4/5/2011
- Point of Contact
- Vicky L. Williams, 712-233-0514
- E-Mail Address
-
185 ARW/MSC
(vicky.williams.1@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for 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; quotes are being requested and a written solicitation will not be issued. This solicitation, W912LP-11-T-0011, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-47. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 721110 the small business size standard is $30.0 million. The following commercial services are requested in this solicitation: One or multiple Blanket Purchase Agreements (BPAs) for Lodging, as described in the attached Requirements Statement. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. The 185ARW intends to award one or multiple BPAs, based on best value to the Government. The provision at FAR 52.212-2, Evaluation - Commercial Items. Evaluation factors to be considered are a) proximity to the 185ARW, b) proximity to eating and/or entertainment establishments, c) amenities, c) inspection results, d) price and e) past performance. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The offeror MUST complete Online Representations and Certifications in ORCA at http://orca.bpn.gov to be eligible for award of a BPA. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited within FAR 52.212-5 are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program 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 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-54, Employment Eligibility Verification; FAR 52.223-18, 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 52.52.232-36, Payment by Third Party; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts). The clause at FAR 52.232-19, Availability of Funds for the Next Fiscal Year. The clause at DFARS 252.204-7004, Required Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items; specifically, the following clauses cited within DFARS 252.212-7001 are applicable to this solicitation: DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. The full text of the above-referenced FAR and DFARS provisions and clauses may be found at http://www.arnet.gov. All firms must be registered in the Central Contractor Registration database at http://www.ccr.gov to be considered for award. All quotes must be sent to SMSgt Vicky Williams via e-mail vicky.williams.1@ang.af.mil OR mail to 185ARW/MSC, 2920 Headquarters Avenue, Sioux City, IA 51111-1300. Quotes must be received no later than 12:00 PM CST, Friday, February 4, 2011. Questions regarding this solicitation may be directed to SMSgt Vicky Williams at (712) 233-0514 or vicky.williams.1@ang.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13-2/W912LP-11-T-0011/listing.html)
- Place of Performance
- Address: 185 ARW/MSC 2920 Headquarters Avenue, Sioux City IA
- Zip Code: 51111-1300
- Zip Code: 51111-1300
- Record
- SN02364018-W 20110123/110121233734-332b70108ea91f76a388cb41be1c5d74 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |