SOLICITATION NOTICE
V -- AZ NATIONAL GUARD LODGING AND MEALS BLANKET PURCHSAE AGREEMENT (BPA)
- Notice Date
- 7/25/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- USPFO for Arizona, 5645 East McDowell Road, Phoenix, AZ 85008-3442
- ZIP Code
- 85008-3442
- Solicitation Number
- W912L2-13-T-0008
- Response Due
- 8/8/2013
- Archive Date
- 9/23/2013
- Point of Contact
- Adrian Hreshchyshyn, 602-629-4794
- E-Mail Address
-
USPFO for Arizona
(adrian.v.hreshchyshyn.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR PART13. This announcement constitutes the only solicitation; quotes 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 (FAC) 2005-68. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 721110 and the small business size standard is $30M. The following commercial items are requested in this solicitation; The Arizona Army National Guard intends to establish a Blanket Purchase Agreement with one or more lodging establishments partnered with full service restaurants within a 5 mile driving distance of Papago Park Military Reservation, 5645 E. McDowell Rd, Phoenix, AZ 85008, which provide the best value for meeting the intermittent lodging and food requirements for National Guard sponsored personnel. The BPA(s) will be valid for a period of five (5) years. Basis of Award is Best Value: A quote which represents best value is one that conforms to the Government's Statement of Work at a reasonable and competitive price within the specified per diem rates for lodging and meals. The Government intends to establish one or more BPAs with a responsive vendor or responsive vendors who: submits all required submissions on time, whose past performance does not pose a risk to the Government, and whose quote represents the best value to the Government. 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 eliminate the need for repetitive costly re-procurements. There is no minimum or maximum 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. All firms or individuals responding must be registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM SAM registrations must indicate that their Online Representations and Certifications Application (ORCA) are small business. Go to https://www.sam.gov/portal/public/SAM To complete ORCA registrations. All responsive offerors will be considered by the agency. The lodging and meal requirement consists of establishing one or more BPAs, for a period of five (5) years from date of award, to lodging facilities partnered with full service restaurants in the local area via issuance of BPA Call Orders. The Government will not pay more than the annual per diem lodging and meal rates allowed in the Joint Federal Travel Regulation. Find rates at http://www.gsa.gov/portal/category/21287. The Government reserves the right to request a site visit with any offeror. Failure to comply with a site visit may disqualify a vendor from consideration. The following provisions and clauses are applicable to the solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.203-6 Alt 1 - Restrictions on Subcontractor Sales To The Government FAR 52.204-4 - Printed or Copied Double Sided on Post-consumer Fiber Content Paper FAR 52.204-7 - Central Contractor Registration FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 - Instructions to Offerors FAR - 52.212-3 Alt 1 - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 - Terms and Condition - Commercial FAR 52.212-5 - Dev - Statutes/Exec Orders FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Veterans FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-37 - Employment Reports on Special Disabled Veterans FAR 52.222-40-Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-41 - Service Contract Act of 1965 FAR 52.222-42 - Statement of Equivalent Rates For Federal Hires FAR 52.222-43 - Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-50 - Combating Trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 - Disputes FAR 52.233-2 - Service of Protest FAR 52.233-3 - Protest after Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 (ALT 1) - Changes - Fixed Price FAR 52.247-34 - FOB Destination FAR 52.249-4 -Termination for Convenience of the Government (Services) (Short Form) FAR 52.252-1 - Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviations in Clauses DFARS 252.203-7000- Requirements relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 Alt A - Required Central Contractor Registration DFARS 252.209-7995 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2013 Appropriations. DFARS 252.212-7000 - Offeror Representations and Certifications Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.212-7001 - Dev Terms and Conditions DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010-Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7001 - Pricing of Contract Modifications. DFARS 252.243-7002 - Requests for Equitable Adjustment DFARS 252.247-7023 - Transportation of Supplies by Sea FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ IAW FAR 52.204-7and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov/Start.aspx to register. Basis of Award is Best Value: A quote which represents best value is one that conforms to the Government's Statement of Work at a reasonable and competitive price within the specified per diem rates for lodging and meals. The Government intends to establish one or more BPAs with a responsive vendor or responsive vendors who: submits all required submissions on time, whose past performance does not pose a risk to the Government, and whose quote represents the best value to the Government. In addition to providing pricing for this solicitation, each vendor must include a description of capabilities, map or layout of the lodging facility, and dining facility with menu, and a statement as to how the facility intends to meet the statement of work requirements. The technical standards applicable to this requirement are: See attached Statement Of Work (SOW) for details. Provide enough information so the Government can make a determination that your quote meets the Government's needs and conforms to the Statement of Work. You will not have additional opportunities to submit information after the closing date and time for quotes. Failure to provide enough information for the Government to make a determination that your quote in technically acceptable by the closing date and time for quotes will result in no further consideration given to your quote. All questions and quotes must be directed to the point of contact (POC) for this solicitation: Adrian Hreshchyshyn, Contract Specialist at: adrian.v.hreshchyshyn.mil@mail.mil Answers to questions will be posted to FEDBIZOPPS as amendments to the solicitation. Any vendor desiring to be considered for a BPA must submit their company's capabilities to meet the attached SOW AND fill in the rate schedule document with your pricing and POC information. Provide your submission to the United States Property and Fiscal Office Purchasing and Contracting Division. All quotes must be sent to: Adrian Hreshchyshyn at: e-mail adrian.v.hreshchyshyn.mil@mail.mil or mail directly to USPFO for AZ ATTN: Adrian Hreshchyshyn 5645 E. McDowell Rd Phoenix, AZ 85008. Responses will not be accepted after Four O'Clock Eastern Standard Time (4PM EST) in the afternoon on Thursday August 8th, 2013. The Government reserves the right to conduct inspections throughout the year. Be advised, there are three (3) documents attached to the solicitation. Please review prior to submission: 1 - RATE SCHEDULE (MUST BE COMPLETED AND RETURNED WITH SUBMISSION). 2 - Statement Of Work (SOW). 3 - WDOL rates. Quotes are required to be received not later than 4PM EST, Thursday, 8 Aug 2013
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02/W912L2-13-T-0008/listing.html)
- Place of Performance
- Address: USPFO for Arizona 5645 East McDowell Road, Phoenix AZ
- Zip Code: 85008-3442
- Zip Code: 85008-3442
- Record
- SN03127038-W 20130727/130725235306-47b29b21ef84c50ea816e257e13394f6 (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 |