Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2021 SAM #7112
SOLICITATION NOTICE

V -- Colorado National Guard Lodging BPA

Notice Date
5/20/2021 7:41:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7MY USPFO ACTIVITY COANG 140 BUCKLEY ANG CO 80011-9589 USA
 
ZIP Code
80011-9589
 
Solicitation Number
W50S6V21Q0003
 
Response Due
6/21/2021 1:00:00 PM
 
Archive Date
07/06/2021
 
Point of Contact
TSgt Erydin Bacon, Phone: 7208479478, Sabrina M. DeRamus, Phone: 7202504032
 
E-Mail Address
erydin.bacon@us.af.mil, sabrina.m.deramus.civ@mail.mil
(erydin.bacon@us.af.mil, sabrina.m.deramus.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis-Solicitation W50S6V21Q0003 20 May 2021 THIS COMBINED SYNOPSIS/SOLICITATION IS SET ASIDE 100% FOR SMALL BUSINESS. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Solicitation number W50S6V21Q0003 is being issued as a REQUEST FOR QUOTE (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05 effective 10 March 2021 and DFARS Change Notices 02/24/2021. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The North American Industry Classification System (NAICS) code is 721110 and the corresponding small business size standard is $35 million. The Government intends to issue multiple blanket purchase agreements (BPAs) for Lodging Accommodations for the Colorado National Guard as set forth in the attached Statement of Need (SON). Please reference solicitation # W50S6V21Q0003 on all correspondence. Due Dates: Questions due by: 3 June 2021 @ 2:00 P.M. MST -Shall be submitted, in writing via email, to the points of contact listed below -Responses to questions will be provided in the form of an update to the solicitation on Contract Opportunities Quotes due by: 21 June 2021 @ 2:00 P.M. MST -Pricing shall be valid for 120 days after the quote due date -Quotes shall be submitted electronically via email to the points of contact listed below Notice to Offerors: Each BPA will have up to a five (5) year ordering period with a ceiling of up to $750,000.00. The ceiling of each agreement can be increased or decreased at any time by the Contracting Officer (KO) via a bilateral modification to meet current and future requirements. Such instances can include pandemics, natural disasters, and any other reason the Government determines the need for increased or decreased lodging accommodations are needed. Funding is not assigned to the BPA. The Government will only be obligated to the extent of calls placed against an awarded BPA. BPA calls will be competed among BPA awardees with lodging facilities in the desired area by requesting quotes. The call will then be placed based on the quote that is most advantageous to the Government. The individual room rates shall not exceed the maximum allowable General Services Administration (GSA) Federal Travel Regulation (FTR) per diem rates for lodging, which can be found at https://www.gsa.gov/travel/plan-book/pre-diem-rates� The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. In accordance with FAR 52.212-1(g) which is incorporated by reference, the Government intends to evaluate offers and award a contract without discussions with offerors. Please review FAR 52.212-1 in its entirety. POINTS OF CONTACT: Primary � SSgt Erydin Bacon � erydin.bacon@us.af.mil Alternate � MSgt Lucas Martineau � lucas.martineau.4@us.af.mil Alternate � MSgt Christopher Stephenson � christopher.stephenson.6@us.af.mil Alternate � 1st Lt Jacob Geroux � jacob.geroux.1@us.af.mil LIST OF ATTACHMENTS: 1. Statement of Need (Dated 6 March 2021, 12 pages) 2. Department of Defense Lodging Adequacy Standards (18 December 2020, 13 Pages) 3. Price Schedule (20 April 2021, 2 pages) 4. Past Performance Worksheet (20 April 2021, 2 pages) DESCRIPTION OF REQUIREMENTS: The Colorado National Guard is requesting capability statements for Lodging Accommodations. Please refer to the attached Statement of Need (SON) for a full description of the items requested. QUOTE PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of Quotes, offerors shall adhere to the following instructions in preparing their quote. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an offeror being ineligible for award. Offerors shall clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Quote Size: Quotes shall be submitted on company letterhead, and page size shall be 8.5 x 11 inches. Pages may be single or double-spaced. The text size shall be no less than Times New Roman 10 point. Use at least 1-inch margins on all sides of each page. Pages shall be numbered sequentially. If there are discrepancies in page counts between paper and electronic submittals, the paper version shall take precedence. Quotes shall not exceed 20 pages in length. Fewer pages is preferable. Tables, Charts, Graphs, and Figures: Legible tables, charts, graphs, and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. These displays shall be uncomplicated, legible and shall not exceed 11 by 17 inches in size when printed. Foldout pages shall fold entirely within the volume, and count as two (2) pages. Foldout pages may only be used for large tables, charts, graphs, diagrams, and schematics, and not for pages of text. For tables, charts, graphs and figures, the text shall be no smaller than 8 point. The Following Shall Be Included in the Contractor�s Response for Evaluation: 1. Lodging Facility(s): May be inspected by the Government prior to award to ensure it meets the requirements of the SON 2. Facility Location(s): Must meet the maximum distance requirements identified in the SON 3. Past Performance: Recent and Relevant Government Contracts (Completed and/or On-going) Evaluation Factor 1. Lodging Facilities The offeror shall clearly identify the lodging facility (or facilities) that will be utilized throughout the Period of Performance (POP) anddemonstrate how the proposed lodging facility meets the requirements of the SON. The KO may conduct on-site inspections of the lodging facilities to determine the facility�s acceptability. Facilities will be rated as either acceptable or unacceptable based on the demonstrated adherence to the requirements in the SON. Evaluation Factor 2. Facility Locations The offeror shall list the physical address of each proposed lodging facility. The lodging facility (or facilities) proposed must be within the mileage requirements identified in section 3.5.1 of the SON. Any facilities outside the required distance are considered technically unacceptable. Each proposed lodging facility will be rated as either acceptable or unacceptable based on being located within the mileage requirements identified in the SON. Evaluation Factor 3. Past Performance Past Performance will be evaluated for relevancy and recency. Relevancy will be based on an assessment of performance under other contracts with a NAICS code of 721110 or other similar NAICS code, where the scope of the project is deemed relevant to the work under this solicitation. Recency will be based upon the relevant contract with a period of performance within the last 5 years. In addition, the Government may also evaluate other ongoing relevant projects from other source data, such as Contractor Performance Assessment Reporting System (CPARS) and Supplier Performance Risk System (SPRS), if more than 30% complete. If there is information which deems Past Performance as less than satisfactory for these past or ongoing projects, the offeror will be afforded an opportunity to provide a rebuttal in order for this information to be evaluated. If an offeror does not have recent and/or relevant Past Performance as determined by the Contracting Officer, a neutral rating will be assigned. The offeror shall provide documentation of relevant Past Performance on the attached Past Performance Worksheet. Ratings for Past Performance will be assigned as follows: RATING DESCRIPTION High Confidence: Offeror has five relevant Government contracts completed within the last five years with satisfactory or higher ratings Significant Confidence:�Offeror has three to four relevant Government contracts completed within the last five years with satisfactory or higher ratings Satisfactory Confidence: Offeror has one to two relevant Government contracts completed within the last five years with satisfactory or higher ratings Neutral: Offeror does not have any recent or relevant Government contracts Little Confidence: Offeror has one Government contract completed within the last five years with a less than satisfactory rating No Confidence: Offeror has more than one Government contract completed within the last five years with less than satisfactory ratings *Note: A comparative evaluation will be conducted among all quotes received, and contract award will be based on the quote that represents the best value to the Government given the outcome of the evaluation of quotes against the evaluation criteria. Failure to meet a technical requirement may result in an offer being removed from consideration.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fdd5394a960747b8b5b82985ad2f6833/view)
 
Place of Performance
Address: CO, USA
Country: USA
 
Record
SN06008331-F 20210522/210521201527 (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.