SOLICITATION NOTICE
V -- BPA for RSD Lodging - Agreement - Price Sheet
- Notice Date
- 3/21/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, 153 MSG/MSC, WY ANG, 217 DELL RANGE BOULEVARD, CHEYENNE, Wyoming, 82009-4799, United States
- ZIP Code
- 82009-4799
- Solicitation Number
- W912L318Q5101
- Archive Date
- 5/4/2018
- Point of Contact
- Desiree Santos, Phone: 3077726887, Matthew Sutton, Phone: 3077726884
- E-Mail Address
-
desiree.m.santos3.mil@mail.mil, matthew.t.sutton3.mil@mail.mil
(desiree.m.santos3.mil@mail.mil, matthew.t.sutton3.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Price Sheet Description of Agreement This is a combined synopsis/solicitation for commercial items in accordance with the format and subpart Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as 100% small business set aside; the associated North American Industry Classification System (NAICS) code is 721110 and small business size standard is $32,500,000. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-96 effective 06 November 2017 and Department of Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20171208 effective 8 Dec 2017. 1. The 153rd Air Wing intends to establish a Blanket Purchase Agreement (BPA) with one or more hotels to satisfy lodging requirements for Air/Army National Guard personnel. The Government intends to enter into a BPA for a period of one (1) year, from the date of the agreement. Please note a BPA is not a contract. A BPA is a streamlined method to fill repetitive needs for services. There is no minimum or maximum guaranteed quantity. Individual calls placed against the BPA shall not exceed $10,000.00. Ordering Officers are the only individuals authorized to place an order/call against the BPA. A listing of Ordering Officers will be distributed to the hotels establishing a BPA with the Government for this requirement. *See "Description of Agreement" document attached for more details. 2. It is the Government's intent to establish a minimum of three (3) / maximum of eight (8) BPAs for this requirement, provided sufficient qualified hotels submit offers. Hotels must be able to accommodate single and double rate rooms. Hotels must identify price rates. 3. The following factors shall be used to evaluate offers: Price and technical acceptability of the hotel. Technical acceptability of the hotel shall be determined by the requirements in the attached "Description of Agreement" and inspection conducted by various units within the 153rd Air Wing (Public Health, Safety, etc.), prior to the establishment of a BPA. Hotels that are deemed unsatisfactory in any or all parts of the inspection may not be considered. 4. The Government shall not pay more than the per diem rates allowed for each fiscal year. Rates can be found at http://www.defensetravel.dod.mil/site/perdiemCalc.cfm 5. In accordance with FAR 52.212-1(k), all offerors must be registered and active in the System for Award Management (SAM). The SAM database can be accessed through https://www.sam.gov. All interested vendors must be able to accept the Government Purchase Card (GPC). The GPC is a Government credit card (Visa) which is federal/state sales tax-exempt. See https://smartpay.gsa.gov/content/state-tax-information for more info. 6. The request for quote is due NLT 5:00 PM MST on Thursday 19 April 2018. All vendors desiring to be considered must submit the attached Lodging Pricing Sheet and literature that indicates their ability to meet the requirements in the "Description of Agreement" document. Submissions must be emailed to desiree.m.santos3.mil@mail.mil and matthew.t.sutton3.mil@mail.mil. It is the best interest of the offeror to ensure the quote submitted is received by the 153rd Air Wing Contracting Office and are submitted no later than the date and time specified. Failure to provide all requested information per this announcement may cause your offer to be considered non-responsive. All questions must be submitted in writing to desiree.m.santos3.mil@mail.mil and matthew.t.sutton3.mil@mail.mil NLT 5:00PM MST on Tuesday 10 April 2018. Offers will only be accepted from hotels within the requested area of Cheyenne, WY. **Offers will not be accepted from any third party agencies. PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with www.SAM.gov and Wide Area Work Flow (WAWF) at http://wawf.eb.mil. FAR 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements FAR 52.204-7, System for Award Management Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Maintenance FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will establish agreements and place potential calls resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government; price and technical acceptability in accordance with the "Description of Agreement" of all items are the evaluation criteria. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at sam.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR, 52.219-28, Post-Award Small Business program Rerepresentation 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 52.222-36, Equal Opportunity for Workers with Disabilities 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 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA48-1/W912L318Q5101/listing.html)
- Place of Performance
- Address: 217 Dell Range Blvd, Cheyenne, Wyoming, 82009, United States
- Zip Code: 82009
- Zip Code: 82009
- Record
- SN04862766-W 20180323/180321231546-5d8ab90b0dbe10adaae71e7919621685 (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 |