SOLICITATION NOTICE
X -- CY19 Hotel BPA - Madison, WI Area - 2019 Schedule - SOW - Lodging FY19 - Instructions to Offerors on Proposal Evaluation - Information Sheet Lodging - 2019 LODGING TERMS AND CONDITIONS
- Notice Date
- 11/5/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, 115 MSG/MSC, WI ANG, 3110 MITCHELL STREET, BLDG 500, MADISON, Wisconsin, 53704-2591, United States
- ZIP Code
- 53704-2591
- Solicitation Number
- W912J2-19-Q-6006
- Archive Date
- 12/11/2018
- Point of Contact
- Scott E. Homner, Phone: 6082454757, Dave Mattila, Phone: 608-245-4788
- E-Mail Address
-
usaf.wi.115-fw.mbx.fw-contracting@mail.mil, usaf.wi.115-fw.mbx.fw-contracting@mail.mil
(usaf.wi.115-fw.mbx.fw-contracting@mail.mil, usaf.wi.115-fw.mbx.fw-contracting@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 2019 Lodging Terms and Conditions Information Sheet Lodging Instructions to Offerors on Proposal Evaluation SOW - Lodging FY19 2019 Schedule (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) Solicitation W912J2-19-Q-6006 is issued as a Request for Quotation (RFQ). (iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, effective 26 Oct 2018, and Defense Acquisition Circular DPN 20180928, effective 26 Oct 2018. (iv) This RFQ is solicited as 100% Small Business Set-aside. The NAICS code is 721110 with a small business size standard of $32.5M. (v) The Wisconsin Air National Guard is seeking the following item(s): The Government intends to award multiple Blanket Purchase Agreements (BPAs) as a result of this solicitation. The Government intends to establish multiple Blanket Purchase Agreement's (BPA) to be effective 01 January 2019 - 31 December 2019 to provide temporary lodging for members of the Wisconsin Air National Guard. This agreement will establish a procedure for the fulfillment of our anticipated repetitive requirements from your firm. The proposed BPA will be a pre-priced, decentralized instrument to be used by the 115 FSS/FSV. (vi) Description of requirement: A BPA is a charge account type instrument which will permit authorized individuals to place orders directly with your firm or representative, using your agency's established price list. When lodging service is needed, an authorized individual will place calls against the approved price list and you will be required to perform in accordance with all terms and conditions of the BPA. In order for a BPA to be established with your organization, we request you furnish us with the Information Sheet which establishes a price list as stated in the paragraph above. The price list should reflect prices that you would offer your most favored customer. Your price list must have an effective date of effective 01 January 2019 - 31 December 2019 (throughout the one (1) year agreement). A BPA will be established with the hotels which are most advantageous to the government, price and other factors considered, in accordance with the Instruction to Offerors on Proposal Evaluation document. Upon signatures from both parties, a copy of the BPA and approved price list will be furnished to you and the using activity. A list of authorized callers, either by name or position, will be furnished to you, listing only those persons authorized to place calls against the agreement. It is your responsibility to ensure only calls from authorized individuals are accepted. All payments under this agreement will be made with the Government Purchase Card (Mastercard). If a BPA is awarded to your firm it will be prepared in accordance with the provisions of the Federal Acquisition Regulation and standard procedures contained therein will apply. Please see attached documents pertaining to the BPA. See Instructions to Offerors in section XV prior to sending an offer. Offers will not be accepted from third party agencies. Offers will only be accepted directly from lodging facility providers. In accordance with the SOW requirements, a successful offeror shall provide a point of contact of sufficient authority to authorize changes. In order for this requirement to be met, the Government must maintain privity of contract directly with lodging facility providers. (vii) Delivery schedule shall be 01 January 2019 - 31 December 2019 (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The Government will award an agreement resulting from this solicitation to the responsible offeror (s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In order to be considered for an agreement, an inspection of the property must take place. Award is based on price, past performance, and technical capability per the Instructions to Offerors on Proposal Evaluation document. The government will award as many as five (5) agreements to achieve 200 rooms per RSD weekend. (x) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with a quote, or be currently registered in the SAM website with Representations and Certifications completed. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii. (xiii) The following additional agreement requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition: The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at http://farsite.hill.af.mil. 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 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 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items 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 52.214-22 Evaluation of Bids for Multiple Awards 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-36 Payment by Third Party 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received. Instructions to Offerors: 1. Return a copy of the Information Sheet. Include availability of complimentary continental breakfast at 5:00 a.m. 2. Quotes in response to this solicitation must include the Offeror's CAGE Code or DUNS Number. 3. Quotes must be valid until December 31, 2019. 4. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. 5. Offers will not be accepted from third party agencies. Offers will be accepted directly from lodging facility providers only. In accordance with the SOW requirements, a successful offeror shall provide a point of contact of sufficient authority to authorize changes. In order for this requirement to be met, the Government must maintain privity of contract directly with lodging facility providers. (xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-1/W912J2-19-Q-6006/listing.html)
- Place of Performance
- Address: 3110 Mitchell Street, Madison, Wisconsin, 53704, United States
- Zip Code: 53704
- Zip Code: 53704
- Record
- SN05143615-W 20181107/181105230715-3d49de04ca84e9897dc3976eef819f6b (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 |