SOLICITATION NOTICE
V -- 439th Airlift Wing Lodging Blanket Purchase Agreement (BPA-Multiple Award))
- Notice Date
- 3/25/2022 12:08:09 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- FA6606 439 CONF PK WESTOVER AFB MA 01022-1508 USA
- ZIP Code
- 01022-1508
- Solicitation Number
- F5N3DH22A0002
- Response Due
- 4/1/2022 8:00:00 AM
- Archive Date
- 04/16/2022
- Point of Contact
- Robert Stacy, Phone: 413-557-2134, Freeman Knowlton, Phone: 413-557-2513
- E-Mail Address
-
robert.stacy.2@us.af.mil, freeman.knowlton@us.af.mil
(robert.stacy.2@us.af.mil, freeman.knowlton@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- General Information: The Government intends to issue multiple Blanket Purchase Agreements (BPAs) for Lodging Accommodations for the 439th Airlift Wing Reservists as set forth in the attached Statement of Work (SOW). Please reference solicitation #F5N3HD22A0002 on all submitted documents. This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13.303, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; capabilities statements are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request For Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04, Defense Federal Regulation Public Notice 2022-05535, and Air Force Federal Acquisition Circular 2021-0726. IAW FAR 19.502-2 this requirement is a total small business set aside. The North American Industry Size Classification System (NAICS) code associated with this requirement is 721110 and the corresponding small business size standard is $35 million. Requirement Information: � � � �5. Line item number list:� � Single Occupancy rooms, 1 each, price Double Occupancy rooms, 1 each. Price � � � �6. Description: This requirement is for commercial single and double occupancy lodging in accordance with the attached� � � � � � � � � � Statement of Work (SOW). � � � �7. Period of Performance: 5 Year Ordering Period from Agreement Award Date. Forecasted periods are: Base year:������ 01 May 2022 � 30 April 2023 Option year 1: 01 May 2023 � 30 April 2024 Option year 2: 01 May 2024 � 30 April 2025 Option year 3: 01 May 2025 � 30 April 2026 Option year 4: 01 May 2026 � 30 April 2027 Instructions to Offerors: � � � �8. FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in� � � � � � � � � � � � � � � � � � �FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein: Quotes submitted in response to this solicitation shall be submitted via email no later than Friday, 01 April 2022, 1100 hours EST. In order to be considered for award, quotes shall be submitted to Robert Stacy and Freeman Knowlton at the�emails listed below. This is a Firm-Fixed Price (FFP) requirement. Rates must be in accordance with (IAW) General Service Administrative (GSA) Per Diem Rates for the applicable year of service. To be eligible for contract agreement, offerors shall 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 shall ensure all representations and certifications are current in SAM as a condition of award. Failure to have an active SAM registration may result in the vendor being deemed ineligible for contract agreement. Vendor shall provide Commercial and overnment Entity (CAGE) number at time of submitting a quote. Questions shall be submitted by email to the personnel noted above. All questions are due no later than Tuesday, 29 March 2022, 1100 hours EST. Late quotes shall be processed in accordance with FAR 52.212(f) - Late submissions, modifications, revisions, and withdrawals of offers. Notice to Offerors: Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring products or services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly re-procurements. Establishment of a BPA does not guarantee calls will be made. There is no minimum guaranteed quantity. The Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. The Government may request a site visit with any offeror to establish acceptability. Awarded BPA holders undergo annual visits to ensure standards are met. Each BPA will have up to a five (5) year ordering period with a ceiling of up to $1,000,000, the BPA will expire after 5 years or the $1,000,000 ceiling is reached. BPA calls will have a purchase limit of $25,000 per call. The ceiling of each agreement can be increased or decreased at any time by the Contracting Officer (CO) 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, as a Government Purchase Card (GPC) will be used for call orders. 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 Government will rotate vendors under their discretion and vendor availability. The call will then be placed based on the quote that is most advantageous to the Government. The Government reserves the right to cancel this combined synopsis/solicitation, either before or after the closing date. In the event the Government cancels this combined synopsis/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 capabilities statements and award a BPA without discussions with offerors. Please review FAR 52.212-1 in its entirety. FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and hereby amends any language therein: Evaluation Criteria: � � � � 9. Evaluation Factors: The following factors shall be used to evaluate quotes to award an agreement that represents the best value to the Government: Technical: The offeror shall clearly identify all criteria in their capabilities statement and any amenities above the minimum outlined in the SOW. An evaluation will be conducted against the evaluation criteria and the offerors technical capabilities statement(s). Past Performance: Past performance will be reviewed utilizing Contractor Performance Assessment Reporting System (CPARS) ratings, Federal Awardee Performance and Integrity Information System (FAPIIS), or from other sources such as Google Reviews. The Government will elect to enter into exchanges with the vendor(s) to gather additional information regarding findings from other sources, if needed. Price: The individual room rates shall not exceed the maximum allowable General Services Administration (GSA) Federal Travel Regulation (FTR) per diem rates for Springfield, MA lodging, which can be found at https://www.gsa.gov/travel/plan-book/per-diem-rates. Room rates can be lower than the per diem rates found on the website. A written notice of award, mailed or otherwise furnished to the successful vendor within the time for acceptance outlined in 52.212-1 shall result in an agreement with the offeror(s). Before the quotes specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are exchanges after its receipt, unless a written notice of withdrawal is received before award. Basis for Award: The Government intends to issue a BPA to responsible offeror(s) whose offer represents the best value to the Government. The Government reserves the right to award multiple BPAs under this solicitation to meet the Government�s requirement. If you are interested in the possible establishment of a BPA under this solicitation, please submit a technical capabilities statement and a price list for single and double occupancy rooms. �The Government intends to award an agreement resulting from this solicitation to the responsible vendor whose offer conforming to the solicitation will be most advantageous to the Government, considering price and other factors listed in this provision. In accordance with FAR 13.1, the Government will utilize subjective comparative analysis, and give preliminary consideration to all offers received in response to this solicitation. The Government will identify from all evaluated quotes, readily discernible value indicators that fall within the parameters of price, technical capability, and other factors. The Government intends to make an award without conducting exchanges with vendors after the close of the�solicitation. Therefore, vendors should provide their capability statements to the Government in their initial quote. However, the Government reserves the right to enter into exchanges with all, some, or none of the offers at any time during the evaluation period if deemed in the best interests of the Government to do so. � � � 11. Clauses and Provisions See attachment 3 and attachment 4.��
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d8640e36e3a14e0f8b3fdccb1471c6e2/view)
- Place of Performance
- Address: Chicopee, MA 01022, USA
- Zip Code: 01022
- Country: USA
- Zip Code: 01022
- Record
- SN06279592-F 20220327/220326171915 (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 |