Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2015 FBO #4802
SOLICITATION NOTICE

S -- BILLETING, FOR THE UTA DRILL WEEKENDS FOR THE UTAH AIR NATINAL GUARD BASE.

Notice Date
1/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
151 ARW/MSC, 765 North 2200 West, Salt Lake City, UT 84116-2999
 
ZIP Code
84116-2999
 
Solicitation Number
W911YP-15-T-2101
 
Response Due
2/9/2015
 
Archive Date
3/16/2015
 
Point of Contact
douglas bills, (801) 245-2340
 
E-Mail Address
151 ARW/MSC
(douglas.bills@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. 1. 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. 2. Solicitation W911YP-15-T-2101 for non-personal services is being issued as a Request for Quotation. 3. The 151 ARW, Utah Air National Guard, Salt Lake City, UT intends to establish a Blanket Purchase Agreement (BPA) with one or more Hotel service providers to provide billeting for members of the Utah Air National Guard on Unit Training Assembly (UTA) Weekends and other occasions as needed throughout the life time of the BPA. The Government intends to enter into a BPA for one base year (19 February 2015 to 18 February 2016) with four (4) option years. This BPA will have a period of performance of five (5) years from date of agreement via issuance of Blanket Purchase Agreement Calls. The BPA will be reviewed annually. The BPA Master Dollar Limit shall be $150,000. 4. Billeting Requirements: The average usage is expected to be one to two times per month, Friday and Saturday night stays. The number of rooms will vary each month; the average usage is 8-22 rooms required. Rooms will include either single or double occupancy. Usage may also include special events to house visiting attendees that may include weekday and weekend stays. The usage for these events cannot be pre-determined but may range from one to several times per year. 5. Place of Performance: Hotel facilities in and around the Utah Air National Guard Base, 765 North 2200 West, Salt Lake City, Utah 84116. 6. Quotes should include pricing for single and double occupancy rooms for the base year and each of the four (4) option years. 7. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-79. The intent is to award a 5 year BPA. This acquisition is a 100% set-aside for small businesses. The associated NAICS code for this acquisition is 72110; Small Business Administration size standard is $6.5 Mil. FAR 52.212-2 Evaluation Commercial Items (Jan 1999) the following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government needs, (ii) Price, (iii) Past Performance. The relative order of importance of the evaluation factors are in descending order of importance. When combined Technical Capability and Past Performance, are approximately equal to price. Past Performance will be evaluated using previous contract performance. 8. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring commodities / services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly re-procurements. There is no minimum or maximum guaranteed quantity. All BPA Call Orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. 9. Period of Performance: 19 February 2015 - 18 February 2020 10. Clauses & Provisions: It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm The following provisions and clauses apply to this acquisition: FAR 52.204-99 DEV System for Award Management (SAMS) (Deviation ); FAR 52.204-7 Central Contractor Registration; 52.204-13 - Central Contractor Registration Maintenance; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation Commercial Items; FAR 52.212-3 ALT I Offerror Representations and Certifications - Commercial Items; 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 Item; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.222-25 Affirmative Action Compliance; FAR 52.222-26 Equal Opportunity; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-23 Assignment of Claims; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-1 Disputes; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.246-1 Contractor Inspection Requirements; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Contract Provisions Incorporated by Reference; FAR 52.252-5 Authorized Deviations in Provisions; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.203-7000 Requirements Related to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.209-7994 DEV Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under and Federal Law - FY14 Appropriations; DFARS 252.232-7010 Levies on Contract Payments. 11. The following clauses are incorporated by reference with the same force and effect as if they were given in full text. The full text may be accessed at http://farsite.hill.af.mil: Clauses incorporated by reference 52.204-7, Central Contractor Registration; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.212-4, Contract Terms and Conditions, Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.215-5, Facsimile Proposals; 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; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans 52.222-41, Service Contract Act of 1965 52.222-43, Fair Labor Standards Act and Service Contract Act 52.222-44, Fair Labor standards Act and Service Contract Act 52.222-50, Combating Trafficking in Persons; 52.222-54, Employment Eligibility Verification 52.222-99 Dev, Notification of Employee Rights 52.223-2, Affirmative Procurement of Bio-Based Products under Service 52.223-18,Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.246-4, Inspection of Services 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil) ; 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 12. Offers shall include with their quotes a completed copy of 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items or enter at website https://www.sam.gov/portal/public/SAM/; if Representations and Certifications have been completed on System for Award Management (SAM) provide CAGE Code, Dun and Bradstreet number (DUNS) code, and Tax Identification Number (TIN). 13. All firms or individuals responding must be registered with the System for Award Management (SAM) and Wide Area Workflow (WAWF). Information concerning SAM and WAWF registration requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ and https://wawf.eb.mil/. 14. The contracting office address is as follows: 151 ARW/MSC UTANG Base 151 ARW/MSC Base Contracting Office 765 North 2200 West Salt Lake City, UT 84116 15. All responses must be sent to SMSgt Douglas K. Bills via email at douglas.bills@ang.af.mil, responses shall be submitted no later than 11:00 AM MST, Wednesday 09 February 2015. 16. Questions via email shall be submitted no later than 11:00 AM MST, Thursday, 05 February 2015 by emailing them to dougls.bills@ang.af.mil and Shelley.Schrader@ang.af.mil. Contracting Office Address: 151 ARW/MSC, 765 N. 2200 W., Salt Lake City, UT 84116 Point of Contact(s): Douglas K. Bills @ 801-245-2340 and Shelley Schrader 801-245-2105
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42-1/W911YP-15-T-2101/listing.html)
 
Place of Performance
Address: 151 ARW/MSC 765 North 2200 West, Salt Lake City UT
Zip Code: 84116-2999
 
Record
SN03617015-W 20150117/150115234512-6e267aeeda418d78e216ca1d38033662 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.