SOLICITATION NOTICE
V -- Delaware Army National Guard Lodging
- Notice Date
- 5/14/2021 1:27:40 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- W7M0 USPFO ACTIVITY DE ARNG NEW CASTLE DE 19720-1615 USA
- ZIP Code
- 19720-1615
- Solicitation Number
- W912L5-21-Q-0028
- Response Due
- 5/24/2021 9:00:00 AM
- Archive Date
- 06/08/2021
- Point of Contact
- Sebastian Anderson, Phone: 3023267365
- E-Mail Address
-
sebastian.r.anderson.civ@mail.mil
(sebastian.r.anderson.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- DELAWARE ARMY NATIONAL GUARD (DEARNG) COMBINED SYNOPSIS/SOLICITATION FOR LODGING SERVICES Synopsis/Solicitation. 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 separate written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP). This acquisition is utilizing NAICS code 721110 Hotels (except Casino Hotels) and Motels with the small business size standard being $35M. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2021-05 effective 20210310 and DPN 20210224. Award will be made based on overall best value to the government. Eligibility for Award. Offerors must have a current registration in the System for Award Management (SAM) at https://www.sam.gov as of the date of award determination to be eligible for award. Offeror must maintain a current registration in SAM for the entire duration of the award and to facilitate disbursement of payments. Offeror shall ensure all representations and certifications are current in SAM as a condition of award. Set Aside. Any awards resulting from this solicitation will be made using a cascading set-aside order of precedence as follows: In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns for a specific locality, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. Evaluation. Award shall be made on the basis of Lowest Price Technically Acceptable (LPTA) evaluation criteria. An award will be made to the contractor(s) who offer the lowest rate pricing that does not exceed the maximum allowable GSA locality rates for lodging. The Contractor�s offer shall demonstrate through their offer that they will meet or exceed the technical requirements stated within the Performance Work Statement. Invoices. An itemized invoice shall be submitted electronically through Wide Area Workflow (WAWF) located at https://piee.eb.mil/piee-landing/ for each month when services are performed. Electronic Invoicing through Wide Area Workflow (WAWF). To meet compliance with DFARS 252.232-7003, Electronic Submission of Payment Requests, all Contractors must submit requests for payment (invoices) through WAWF. Additional information and registration for WAWF can be completed online at https://piee.eb.mil/piee-landing/. Payment will be made by DFAS office designated in the Award. All payments will be made by electronic transfer of funds (EFT). The Government will make payment through WAWF upon satisfactory completion of work and proper invoice that permits certification for payment. Payment. Upon verification of invoices / charges submitted through WAWF by authorized DEARNG personnel, the invoice will be paid by Electronic Funds Transfer (EFT) IAW the Prompt Payment Act. Provisions and Clauses: The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this solicitation: 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; 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.211-6 Brand Name or Equal; 52.212-1 Instructions to Offerors -Commercial Items; 52.212-2 Evaluation- Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7011 Alternative Line Item Structure; 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System�Statistical Reporting in Past Performance Evaluations; 252.225-7031 Secondary Arab Boycott of Israel; 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime; The following provisions are included by full text for the purposes of this combined 52.212-3 Alt 1 Offerors Representations and Certifications- Commercial Items; 252.225-7000 Buy American--Balance of Payments Program Certificate; 252.225-7035 Buy American--Free Trade Agreements--Balance of Payments 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 Requiring Certain Internal Confidentiality Agreements or Statements; 52.204-9 Personal Identity Verification of Contractor Personnel 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; 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-6 Protecting the Governments 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 (Dev,); 52.217-5 Evaluation of Options; 52.217-9 Option to Extend the Term of the Contract; 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; 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons; 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.226-6 Promoting Excess Food Donation to Non-Profit Organizations 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; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses; 252.203-7000 Requirements relating to Compensation of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; 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; 252.225-7001 Buy American and Balance of Payments Program; 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/8e49f58ced7544a0864f1f084fcaab85/view)
- Record
- SN06002402-F 20210516/210514230116 (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 |