Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 18, 2020 SAM #6624
SOLICITATION NOTICE

V -- MD ANG UTA Lodging

Notice Date
1/16/2020 7:32:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7ND USPFO ACTIVITY MDANG 175 MIDDLE RIVER MD 21220-2801 USA
 
ZIP Code
21220-2801
 
Solicitation Number
W50S82-20-Q-09KH
 
Response Due
1/31/2020 7:00:00 AM
 
Archive Date
02/15/2020
 
Point of Contact
Cory Silfies, Michael Dombkiewicz
 
E-Mail Address
cory.l.silfies.mil@mail.mil, usaf.md.175-wg.list.msc@mail.mil
(cory.l.silfies.mil@mail.mil, usaf.md.175-wg.list.msc@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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. FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 175th Air Wing, Maryland Air National Guard, has a requirement for Lodging in Middle River, MD area. The applicable North American Industry Classification System (NAICS) code is 721110, Hotel, except Casino Hotels, with a size standard of $32.5 million.� Interested parties must quote on all request outlined in the Statement of Work (SOW).� Award will be made based on overall best value to the government. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2020-01-15 and DPN 20190531. The Government intends to award a Single, Firm-Fixed Price order without discussions. The acquisition is SET ASIDE for SMALL BUSINESSES ONLY. Offerors should submit their best offer up front.� Do not assume you will be able to revise your offer. Description of requirement: The 175th Air Wing, Maryland Air National Guard, has a requirement to establish a BPA Contract for Unit Training Assembly (UTA) / Regularly Scheduled Drill (RSD) Lodging in Middle River, MD 21220, for 12 Months. This requirement is for single and double occupancy commercial lodging. The number of personnel requiring lodging will fluctuate based on mission requirements of the 175th Wing, MDANG. Lodging facilities must be within ten (10) driving miles of the 175th Wing, 2701 Eastern Boulevard, Middle River, MD 21220. See the attached Statement of Work (SOW) for specific details.� Initial dates required for lodging: February 6-9, 2020. Specific dates for future requirements shall be provided in any resultant award. This agreement will be in effect for a period not to exceed one (1) year commencing on issuance of the BPA or until the total spent on the master BPA reaches $110,000.00 (whichever occurs first), or until such time either party to this agreement requests that it be canceled in writing (30 day notice required). Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and thus eliminates 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 175th Wing does not intend to pay for any information provided under this notice. The 175th Wing is not obligated to notify respondents of the results of this notice. The 175th Wing intends to award a minimum of one BPA to the responsible offeror whose offer represents the Best Value to the Government.� However, the 175th Wing reserves the right to award multiple BPAs under this RFQ to meet the requirement. If you are interested in the possible establishment of a BPA for lodging with the 175th Wing, please complete Attachment 2: Quote Sheet, of the single and double room occupancy rates (per night) for Middle River, MD that your business is offering. Your prices should be at or below the Federal Government�s local per diem/lodging rate for Middle River, MD to be eligible for consideration. If multiple hotels are provided by a third party, please list all hotels. � � SUBMISSION GUIDELINES: Submitted quote must include the following: (1) the solicitation number; (2) the name, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) Acknowledgement of any solicitation amendments; (5) vendors proposal should include details of services to be provided for each requirement identified with pricing. Proposal should be submitted under company letterhead, with DUNS number, CAGE CODE, FTID, Company Name, Address and POC included. The Contracting Officer will evaluate equal products on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. VENDOR CERTIFICATIONS: Prior to award, the vendor must be currently registered in the System for Award Management (SAM) at https://www.sam.gov. �The Government reserves the right to award on a multiple award or an all or none basis. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov.� Lack of current registration in the SAM database will make an offeror ineligible for award. Submit all offers in response to this synopsis/solicitation to the Point of Contact (POC) TSgt Cory Silfies electronically to: usaf.md.175-wg.list.msc@mail.mil.� Please submit all questions in writing by email to the aforementioned, questions or inquiries received by telephone will not be addressed. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and Far DFARS clauses and provisions are available at the following internet site: http://acquisition.gov. The following provisions are included by reference for the purposes of this combined synopsis/solicitation: 52.204-16 Commercial and Government Entity Code Reporting; 52.204-22 Alternative Line Item Proposal 52.212-1 Instructions to Offerors �Commercial Items; 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.225-7031 Secondary Arab Boycott of Israel 252.225-7035 Alt. 1 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Alternate 1) � The following provisions are included by full text for the purposes of this combined synopsis/solicitation 52.212-2 Evaluation- Commercial Items Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a BPA 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. The following factors shall be used to evaluate offers: Technical Capability of Items Price Past Performance Technical and past performance, when combined, are approximately equal to cost or price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The following factors will be used to evaluate offers: 1 Price, 2 Technical and Past Performance. Price will contribute substantially to the source selection decision. The 175th MDANG will evaluate the price information submitted in each offeror�s price proposal. Any other data provided by the offeror with their price proposal that is not required will not be considered or evaluated. Technical will be evaluated by the ratings listed below. The failure of an offeror to meet the requirements of a factor or sub-factor will result in an unacceptable rating.� The technical, past performance, and subcontracting plan factors will receive one of the ratings listed below: Acceptable: Quote clearly meets the requirements of the solicitation. Unacceptable: The quote does not clearly meet the requirements of the solicitation. Technical: Technical acceptability will be based on the proposals compliance with the Solicitation and SOW (section A 1 � Living Spaces). Offerors that provide solutions that meet the intent of this requirement without additional requirements will be evaluated for award. All hotels within the competitive range will be inspected before BPA is awarded. Unannounced inspections will also be done throughout the year. Past Performance: The 175th MDANG will determine acceptability based on either Contractor Performance Assessment Reporting System (CPARS) ratings, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontracting Reporting System (eSRS) or from other sources (if necessary). Recency of past performance is determined by work completed within the past three (3) years. If an offeror has no recent or relevant past performance, past performance will be treated as neutral, resulting in an acceptable rating. The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-18 Commercial and Government Entity Code Maintenance; 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 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 (Dev,); 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 Opportunities 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; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 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; 52.252-2 Clauses Incorporated by Reference, http://www.acquisition.gov 52.252-6 Authorized Deviations in Clauses; 252.203-7000 Requirements relating to Compensation of Former DoD Officials; 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.211-7003 Item Unique Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f197eb6f953548db915925fd18eaa32e/view)
 
Place of Performance
Address: Middle River, MD 21220, USA
Zip Code: 21220
Country: USA
 
Record
SN05536837-F 20200118/200116230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.