Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2020 SAM #6646
SOLICITATION NOTICE

V -- BPA for UTA Lodging

Notice Date
2/7/2020 11:12:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7NP USPFO ACTIVITY NJANG 177 EGG HARBOR TOWNSHIP NJ 08234-9500 USA
 
ZIP Code
08234-9500
 
Solicitation Number
W50S8F-20-Q-0002
 
Response Due
2/19/2020 9:00:00 AM
 
Archive Date
03/05/2020
 
Point of Contact
Johanna Paz, Phone: 6097616097, Tammy L Hickerson, Phone: 6097616522
 
E-Mail Address
johanna.paz.civ@mail.mil, tammy.l.hickerson.mil@mail.mil
(johanna.paz.civ@mail.mil, tammy.l.hickerson.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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. � The 177th Fighter Wing (177FW), New Jersey Air National Guard (NJANG), has a requirement to establish a Blanket Purchase Agreement (BPA) for Unit Training Assembly (UTA) Lodging in Egg Harbor Twp., NJ. The 177FW intends to enter into a BPA for a period of up to two years (01 April 2020 to March 31, 2022). Lodging facilities must be within ten (10) road miles of the 177FW, 400 Langley Road, Egg Harbor Twp., NJ 08234. This BPA will have a period of performance of two (2) years from date of agreement via issuance of Blanket Purchase Agreement Calls. Please find the below Vendor Contact Information along with attached Terms and Conditions, Statement of Work, and Quote Sheet. Please review these documents in their entirety for a complete description of this requirement. � This requirement is a small business set-aside. The North American Industry Classification System (NAICS) Code is 721110 (Hotels (except Casino Hotels) and Motels) and the Size Standard for Small Business is $32.5 Million. The lodging requirement consists of establishing one or more BPAs, for a period of two (2) years from date of award, to hotels in the local area via issuance of BPA Call Orders. The 177FW may issue a BPA Call for a one (1) month period or a BPA Call for more multiple months up to the BPA Call Limit specified. � This agreement will be in effect for a period not to exceed two (2) years commencing on 01 April 2020 or until the total spent on the master BPA reaches $250,000 (whichever occurs first), or until such time either party to this agreement requests that it be canceled in writing (30 day notice required). � 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 eliminates the need for repetitive costly re-procurements. There is no minimum or maximum guaranteed quantity. All BPA Call Orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The 177FW does not intend to pay for any information provided under this notice. The 177FW is not obligated to notify respondents of the results of this notice. � Period of Performance: � Period of Performance: 01 April 2020 to March 31, 2022 First Dates of Required Lodging: Wednesday, 01 April 2020-Sunday, 05 April 2020 Future UTA Dates will be provided by the 177FW, New Jersey Air National Guard UTA Lodging point of contact after any resultant award of a BPA(s). This requirement is for single and double occupancy commercial lodging. The number of personnel requiring lodging will fluctuate based on mission requirements of the 177FW, NJANG. The 177FW intends to award one BPA to the responsible offeror whose offer represents the Best Value to the Government. However, the 177FW reserves the right to award multiple BPAs under this RFQ to meet the requirement. If you are interested in the possible establishment of a BPA for lodging with the 177FW, please complete Attachment 3: Quote Sheet of the single and double room occupancy rates (per night) for Egg Harbor Twp., NJ 08234 that your business is offering. Your prices should be as low, or lower, than those charged to your most favored customers and must also be at or below the Federal Government�s local per diem/lodging rate for Egg Harbor Twp., NJ 08234 to be eligible for consideration. If multiple hotels are provided by a third party, please list all hotels and provide no less than four and no more than six hotels. For this procurement, the Best Value will be made to the price which is deemed technically acceptable. The following factors will be used to evaluate offers: A) Price and B) Technical. Price will contribute substantially to the source selection decision. The 177FW will evaluate the price information submitted in each offeror's price proposal. Any other data provided by the offeror with their price proposal that is not required will not be considered or evaluated. Technical will be evaluated by the ratings listed below. The failure of an offeror to meet the requirements of a factor or sub-factor will result in an unacceptable rating. The technical, past performance, and subcontracting plan factors will receive one of the ratings listed below: 1) Acceptable: Quote clearly meets the requirements of the solicitation. 2) Unacceptable: The quote does not clearly meet the requirements of the solicitation. Technical: Hotels shall be expected to meet a minimum of Midscale quality. Economy style hotels will not meet technical requirements. Midscale hotels include, but not limited, to TownePlace Suites, Residence Inn, SpringHill Suites, Home2 Suites, Homewood Suites, and Hampton Inn & Suites. Economy hotels include, but not limited to, Microtel, Days Inn, Super 8, Howard Johnson, and Travelodge. Technical acceptability will be based on the proposals compliance with the Solicitation and SOW. Offerors that provide solutions that meet the intent of this requirement without additional requirements will be evaluated for award. All hotels within the competitive range will be inspected before BPA is awarded. Unannounced inspections will also be done throughout the year. Past Performance: The 177th FW will determine acceptability based on either Contractor Performance Assessment Reporting System (CPARS) ratings, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontracting Reporting System (eSRS) or from other sources (if necessary). Recency of past performance is determined by work completed within the past three (3) years. If an offeror has no recent or relevant past performance, past performance will be treated as neutral, resulting in an acceptable rating. If you wish to compete, please complete the Quote Sheet.� All offers must list DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. To obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. Points of contact for this acquisition are: Ms. Johanna Paz, Contracting Officer MSgt Tammy Hickerson, Contract Specialist Email: usaf.nj.177-fw.list.fal-msc-contracting@mail.mil All questions regarding the RFQ package must be submitted in writing to the above e-mail addresses by Tuesday, 11 February 2020 at 1200 HRS (12:00 pm) Eastern Standard Time (EST). Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered. Quotes are due no later than Wednesday, 19 February 2020 at 1200 HRS Eastern Standard Time (EST), as it is the intent of the 177FW to have an awardee for this BPA identified by 15 March 2020 or sooner. Attachments: 1. Terms and Conditions (IAW FAR 13.303-3) 2. Statement of Work 3. Hotel Assessment Security Guide 4. Quote Sheet Vendor Contact Information Offeror Name: ___________________________________________________ Address: ___________________________________________________ ___________________________________________________ Point of Contact: ___________________________________________________ Phone Number: ___________________________________________________ Email Address: ___________________________________________________ Tax Identification Number (TIN): ___________________________________________________ DUNS: ___________________________________________________ CAGE CODE: ___________________________________________________ Circle One: Offeror is / is not a Small Business. Circle One: Offeror is / is not SAM registered in www.sam.gov GSA Contract No. (if applicable): _____________________________________________ � NOTE: This RFQ form shall be completed and submitted in addition to any other quote form utilized by Offeror. Unit pricing should be all-inclusive. Please thoroughly review the attached Statement of Work (SOW) for a full description of services prior to providing pricing. This Request for Quotes (RFQ) will be evaluated on Price and Technical Acceptability. *NOTE: Prices shall include all costs. � Offer is valid for ______ days after date of signature. � PLEASE REVIEW THE ENTIRE DOCUMENT. _______________________________________ Date:___________________ Contractor Authorized Representative ****Clauses and Provisions**** FAR 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRED CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION (JAN 2017) FAR 52.203-19- PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2016 FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2016 FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) FAR 52.204-25- PROHIBITION OF CONTRACTING FOR CERTAIN TELECOMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT FAR 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) FAR 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (DEVIATION 2018-O0018) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (OCT 2018) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS�COMMERCIAL ITEMS (OCT 2018) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-- COMMERCIAL ITEMS (OCT 2018) FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (DEVIATION 2019-O0003) FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) FAR 52.222-26 EQUAL OPPORTUNITY (SEP 2016) FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015) FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS (OCT 2015) FAR 52.232-1- PAYMENTS FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) FAR 52.233-1- DISPUTES FAR 52.233-3- PROTEST AFTER AWARD FAR 52.233-4- APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM FAR 52.246-2- INSPECTION OF SUPPLIES�FIXED PRICE FAR 52.249-1- TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (SHORT FORM) FAR 52.252-2- CLAUSES INCORPORATED BY REFERENCE FAR 52.252-6- AUTHORIZED DEVIATION IN CLAUSES DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) DFARS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) DFARS 252.204-7009- LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR REPORTED CYBER INCIDENT INFORMATION DFARS 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) DFARS 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) DFARS 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016) DFARS 252.211-7003-ITEM UNIQUE IDENTIFICATION AND VALUATION DFARS 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM-- STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015) DFARS 252.225-7000 BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE BASIC (NOV 2014) (NOV 2014) DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013) DFARS 252.232-7003- ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS DFARS 252.232-7006- WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) DFARS 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)�������������������������
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a0eb9fc66d884c65bb6eebf829881723/view)
 
Place of Performance
Address: Egg Harbor Township, NJ 08234, USA
Zip Code: 08234
Country: USA
 
Record
SN05554640-F 20200209/200210120629 (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.