Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 05, 2017 FBO #5795
MODIFICATION

V -- 185th Lodging BPA

Notice Date
10/3/2017
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 185 MSG/MSC, IA ANG, 2920 HEADQUARTERS AVE., SIOUX CITY, Iowa, 51110-1396, United States
 
ZIP Code
51110-1396
 
Solicitation Number
W912LP-17-Q-7242
 
Archive Date
11/1/2017
 
Point of Contact
Allison N. Harbit, Phone: 7122330514, Mark A. Crombie, Phone: 17122330513
 
E-Mail Address
allison.n.harbit.mil@mail.mil, mark.a.crombie4.mil@mail.mil
(allison.n.harbit.mil@mail.mil, mark.a.crombie4.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation, W912LP-17-Q-7242, 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) 2005-95, effective 19 Jan 2017. This procurement is set aside 100% for small business. The NAICS code is 721110 and the small business size standard is $32.5 million. The government intends to award multiple Blanket Purchase Agreements (BPAs) as a result of this solicitation. The following commercial item is requested in this solicitation: Lodging Blanket Purchase Agreements (BPAs) for personnel performing Unit Training Assemblies (UTAs) at the 185th Air Refueling Wing, Iowa Air National Guard, Sioux City, Iowa. Reference Attachment 5, 185ARW Lodging Requirements, for specific requirements. Submission Requirements: Contractor shall submit the following documents with their quotation package: 1. Cover letter on company letterhead identifying sales and billing points of contact (POCs) who will be assigned to the account, to include names, telephone numbers and email addresses. 2. Complete and return the BPA Pricing page of Attachment 2. 3. If room rates include taxes, fees, or surcharges, provide the citation from state and/or local law or code that authorizes such fees for federal government direct-bill customers. 4. Complete and return the Representations and Certifications identified in Attachment 1. 5. Complete and return the Tax Liability Form in Attachment 2 6. Provide a list of hotel/motel amenities to be provided at quoted room rate. 7. Provide a minimum of three (3) references for contracts of similar size and scope. The following provisions are incorporated into this solicitation by reference: FAR 52.212-1, Instructions to Offerors - Commercial FAR 52.204-16, Commercial and Government Entity Code Reporting DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations The following clauses are incorporated into this solicitation by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7009, Mandatory Payment by Governmentwide Commercial Purchase Card DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment 1 titled Full-Text Provisions and Clauses. FAR 52.212-2, Evaluation - Commercial Items DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS 252.204-7011, Alternative Line Item Structure The following provisions are incorporated by full text. The full text is found in Attachment 2 titled Tax Liability Form. FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Offerors shall include completed copies of the certifications within the following provisions with their offer.) FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I The following clauses are incorporated by full text. The full text is found in Attachment 1 titled Full-Text Provisions and Clauses. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items A pre-solicitation meeting for interested vendors will be held at 10:00 AM on Monday, 18 September 2017 at the 185th ARW, 2920 Headquarters Ave, Bldg. 269 Headquarters Conference Room, Sioux City, IA 51111. Please notify MSgt Harbit if you intend to attend the meeting, and provide the names of individuals who will be attending. Questions regarding this solicitation shall be emailed to MSgt Harbit no later than 4:30 PM on 25 September 2017. Questions and Answers will be consolidated into a single Q&A document on a non-attribution basis and posted to the solicitation. Proposals are due at 1:00 PM on Thursday, 5 October 2017, at 185ARW/MSC, ATTN: MSGT ALLISON HARBIT, 2920 HEADQUARTERS AVENUE, SIOUX CITY, IA 51111-1300. Quotations may be mailed to the address indicated or emailed to MSgt Harbit at allison.n.harbit.mil@mail.mil. Facsimile quotations will not be accepted. It is the vendor's responsibility to verify that quotes have been received at the Contracting Office prior to the due date and time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13-2/W912LP-17-Q-7242/listing.html)
 
Place of Performance
Address: 185th ARW, 2920 Headquarters Ave, Sioux City, Iowa, 51111, United States
Zip Code: 51111
 
Record
SN04704455-W 20171005/171003231529-2dd0d53fd7f5cd36b0e1544d13bb49d7 (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.