SOLICITATION NOTICE
V -- LODGING BLANKET PURCHASE AGREEMENT - Package #1
- Notice Date
- 6/17/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, 162 FW/LGC, 1455 E EL TIGRE WAY, TUCSON, Arizona, 85706-6091
- ZIP Code
- 85706-6091
- Solicitation Number
- W912L2-16-Q-2014
- Archive Date
- 7/9/2016
- Point of Contact
- Keron A. Watson, Phone: 5202956113, Emily Guchereau, Phone: 520-295-6543
- E-Mail Address
-
keron.a.watson.mil@mail.mil, emily.c.guchereau.mil@mail.mil
(keron.a.watson.mil@mail.mil, emily.c.guchereau.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Terms and Conditions Lodging Reference List Wage Determination Performance Work Statement Lodging Price List This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6. 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) 2005-88. This procurement is Unrestricted. The NAICS code is 721110 and the small business size standard is $32.5M. The following commercial items are requested in this solicitation: The Arizona Air National Guard intends to establish a Blanket Purchase Agreement with one or more lodging establishments within a ten (10) mile driving distance of the 162 nd Wing, 1500 E. Valencia Rd., Tucson, AZ 88506, which provide the best value for meeting the intermittent lodging requirements for Air National Guard sponsored personnel. The BPA(s) will be valid for a period of one (1) year. The expected award date is 1 July 2016. Basis of Award is Best Value: A quote which represents best value is one that conforms to the Government's Performance Work Statement at a reasonable and competitive price within the specified per diem rates (or lower) for lodging. 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 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. 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 Go to https://www.sam.gov/portal/public/SAM to complete ORCA registrations. All responsive offerors will be considered by the agency. The lodging requirement consists of establishing one or more BPAs, for a period of one (1) year from date of award, to lodging facilities in the local area via issuance of BPA Call Orders. The Government will not pay more than the annual per diem lodging 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: INCORPORATED BY REFERENCE: FAR 52.204-7 - System for Award Management 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 52.219-28 - 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 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-41 - Service Contract Labor Standards FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.222-50 - Combating Trafficking in Persons 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 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 - Disputes 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 252.201-7000 Contracting Officer's Representative DEC 1991 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 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. 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 252.247-7023 - Transportation of Supplies by Sea INCORPORATED BY FULL TEXT: FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (APR 2014) FAR 52.212-2 EVALUATION - COMMERCIALS ITEMS (OCT 2014) FAR 52.212-3 ALT I OFFEROR REPS & CERTS - COMMERCIAL ITEMS (OCT 2014) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT (MAR 2015) STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS DEVIATION 2013-O0019) FAR 52.222-42 STATEMENT OF EQUIVALENT RATES FOR GOVERNMENT HIRES (MAY 2014) FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) FAR 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) 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 Performance Work Statement at a reasonable and competitive price within the specified per diem rates for lodging. 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. Evaluation factors will be Price, Past Performance, Security/Safety Report, Distance from Base - Price - All BPA's will be awarded to the facilities which represent the best overall value to the Government. *******NOTE: The 162 nd Wing is subject to the Arizona Business Privilege Tax. Please include applicable taxes with your quote. - Past Performance - The vendor shall provide contact information for at least three (3) past customers who have had agreements/contracts similar in scope to this one in the past three (3) years. The vendor shall submit a completed copy of the reference list with their quote. - Security/Safety Report - This evaluation shall be based on crime statistics of facility locale, and facility security measures noted during inspection by the 162 nd Wing. - Distance from Base - Maximum distance from any potential facility/hotel to base (address: 1500 E. Valencia Rd, Tucson, AZ 85706) is set at ten (10) miles. All questions and quotes must be directed to the point of contact (POC) for this solicitation: Keron Watson, Contract Specialist at keron.a. watson.mil@mail.mil AND Emily Guchereau at emily.c.guchereau.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 PWS and fill in the rate schedule document with your pricing and POC information. Provide your submission to the 162 nd Wing Contracting Office. All quotes must be sent to: Keron Watson at: keron.a.watson.mil@mail.mil AND emily.c.guchereau.mil@mail.mil or mail directly to: 162d Wing Contracting Office ATTN: Keron Watson 6620 S. Air Guard Way Tucson, AZ 85706. Questions are due to the contracting office not later than 1:00 PM Arizona Time on Wednesday, June 22nd, 2016. Responses will not be accepted after 5:00 PM Arizona Time in the afternoon on Friday, June, 24th, 2016. The Government reserves the right to conduct inspections throughout the year. Be advised, there are five (5) documents attached to the solicitation. Please review prior to submission: 1 - PRICE List (MUST BE COMPLETED AND RETURNED WITH SUBMISSION) 2 - Performance Work Statement (PWS) 3 - WDOL rates 4 - Reference List 5 - Terms and Conditions Quotes are required to be received not later than 5:00PM Arizona Time, Friday, December 24th, 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02-2/W912L2-16-Q-2014/listing.html)
- Place of Performance
- Address: Tucson, Arizona, United States
- Record
- SN04153283-W 20160619/160617234005-011b4f4684f10604a8e7b25f447f71a3 (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 |