Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2020 SAM #6707
SOLICITATION NOTICE

V -- Hotel and Conference Space Lansing, MI

Notice Date
4/8/2020 12:57:25 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7NF USPFO ACTIVITY MI ARNG LANSING MI 48906-2934 USA
 
ZIP Code
48906-2934
 
Solicitation Number
W912JB20Q0065
 
Response Due
4/10/2020 1:00:00 PM
 
Archive Date
04/25/2020
 
Point of Contact
Shellawn M. Hickling, Phone: 5174817841, Fax: 5174817847
 
E-Mail Address
shellawn.hickling@us.army.mil
(shellawn.hickling@us.army.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Stimplified Acquisition Procedures�FAR Part 13 and �the format in Subpart 12.6, as supplemented with additional information included in this notice.� This announcement consititues 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). A statement that the solicitation documentand incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. The NAICS is 721110. This purchase is unrestricted.� Quotes will not be accepted from 3rd party entities. The MIARNG requires hotel/sleeping rooms and conference space to conduct mission critical tasks during the COVID19 pandemic in Lansing, MI no more than 10 miles from 3423 N. MLK�Jr. Blvd. Lansing, MI 48906.� A Blanket Purchase Agreement(s)�will be established with hotel(s) that can accommodate up to 200 soldiers hotel/sleeping rooms�and provide a briefing room/space with a minimum of 2873 sq ft, a storage room/space with a minimum of 1400 sq ft, a command room/space with a minimum of 425 sq ft.� Hotel amenities must include large�segrated parking lot that can�accommodate MIARNG vehicles to include some large cargo type vehicles, entry and exit into the parking lot must accommodate larger vehicles,�high speed internet and laundry services. All�sleeping rooms, gathering rooms and parking must be�at the same location, multiple hotels are not authorized. �The period of performance will be 1 year beginning 15 April 2020-14 April 2021. This is a firm fixed price BPA: CLIN 0001 Hotel Rooms Each Room Price� Qty of Rooms will vary and will be indicated on individual BPA Call CLIN 0002 Briefing Room/Space� Minimum 2873 Sq. Ft.� 1 Each Daily Room Price CLIN 0003 Storage Room/Space� Minimum 1400 Sq. Ft. �1 Each Daily Room Price CLIN 0004 Command Room/Space Minimum 425 Sq. Ft. 1 Each Daily Room Price Invoices are to be submitted for services performed; invoices will not be accepted for billing future services during the period of performance. Invoices must be submitted through Wide Area Work Flow (https://wawf.eb.mil). Invoices may be submitted at a frequency of no more than once weekly.� 1. GENERAL INSTRUCTIONS Offers shall submit a Quote via email in accordance with the instructions contained herein. Each electronic file shall be clearly named in accordance with the solicitation provisions. The Offeror�s Quote shall be submitted in accordance to the requirements set forth below: Quotes will be considered late unless the Offeror completes the entire submission of the quote before the closing date and time for receipt of Quotes under this solicitation. Late Quotes may not be eligible for award. Quote submission must be completed by the date and time indicated below. Please note: As applicable, these submission instructions will also apply to any future correspondence related to this solicitation. 2.1 Errors, Omissions, or Ambiguities If an Offeror believes the solicitation, including the Performance Work Statement, contains an error, omission, or ambiguity, or is otherwise unsound, the Offeror shall immediately notify the Contract Administrator and Contracting Officer in writing with supporting rationale prior to the date set for the closing for receipt of quotes. 2.2 False Statements in Offers Offerors must provide full, accurate, and complete information as required by this solicitation and its attachments. The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. 1. QUESTIONS AND AMENDMENTS All questions regarding this RFQ shall be submitted in writing to Shellawn.m.hickling.civ@mail.mil Questions are due no later than 4:00pm (ET), 9 April, 2020 Questions submitted via telephone or voicemail will not be accepted and will not be addressed in any amendments to the RFQ. Answers to questions will be provided to all prospective Offerors, giving due regard to the proper protection of the proprietary information. In order to receive responses to questions, Offerors shall cite, at a minimum, the section, paragraph, number, and page number in the format shown below. Further, Offerors� are reminded that the Government will not address any hypothetical questions aimed toward receiving a potential �evaluation decision� from the Government. When submitting questions and comments, please refer to the specific text of the RFQ in the following format: Email �subject line� shall read: RFQ No.: W912JB20Q0065 � Questions Submitted (Contractor Name) Questions shall be submitted in a Microsoft Excel file in the following format: Solicitation or Attachments RFQ Section Paragraph No. Page No.(s) Questions Category (Contract or Technical) Question 1 2 All questions will be answered in an amendment and provided to all Offerors via FedBizOpps. The government will not attribute any questions(s) asked to the submitting Offeror(s). If Amendments to the solicitation are issued, all Offerors must acknowledge the Amendments by signing the accompanying Standard Form 30 and returning the signed Standard Form 30 for all Amendments issued with the Offeror�s quote submission. Failure to acknowledge all Amendments issued by the Government may result in the quote submitted in response to the solicitation being found non-responsive by the Government. 1. QUOTE CONTENT AND SUBMISSION INSTRUCTIONS The Government intends to make an award based on initial proposals but reserves the right to hold discussions. Offerors are encouraged to ensure initial proposal is their best and final. The Government also reserves the right to require minor clarifications. However, the Government may award without requesting clarification for ambiguity. Do not submit quotes on Contracting Ops; they will not be accepted. It is the vendor�s responsibility to monitor this site for any amendments. The government is not responsible for any attachments that are rejected by the cyber security due to corruption or virus extensions. It is the offeror�s responsibility to contact the POC via email to verify the quote is received PRIOR to the date and time set for the due date of RFQ. 1. Quote Submission Due Date Responses for the submission of your Quote of this solicitation shall be received no later than 4:00pm, (ET) on Friday 10 April 2020 to the email address identified herein. 2. Quote Content Offerors shall include the following information in the cover letter of their quote: � Contact Name � Contact Phone No. and E-mail Address � Complete business Mailing Address � Duns No. and Cage Code Your quote shall be clearly organized and presented in order to allow an evaluation by the Government. An Offeror�s quote is presumed to represent the Offeror�s best efforts to respond to the RFQ. Furthermore, the services priced must be consistent with the services that are described in the Performance Work Statement � EVALUATION FACTORS FOR AWARD The Government intends to issue BPA(s)�to a companies that meets all the requirements listed in the PWS and to responsible companies whose quote conforms�to the terms and conditions of the solicitation, is most advantageous to the government based on price and other factors that provide the best value to the government. Best value will be determined by evaluating each quote for price, past performance, and the capability to meet the requirements. All evaluation factors are approximately equal Evaluation Factors The Government will evaluate Offeror�s quote submissions based on the following evaluation factors. � Factor 1 � Demonstrated Prior Experience and Past Performance � Factor 2 � Price � Factor 3 � Compliance with the Performance Work Statement BASIS FOR AWARD OF BLANKET PURCHASE AGREEMENT Pre-Priced Multiple BPAs may be set up with all reasonable/responsible offerors that meet the requirements.��The basis for award will be best value in accordance with FAR 16.505. Evaluation will be conducted and selection will be made in accordance with the guidelines provided in the Federal Acquisition Regulation (FAR), the Performance Work Statement, and this RFQ. The Government intends to award to the company(s) that meets or exceeds the specifications listed and meets the provisions of the solicitation. The Government may award to other than the lowest price quote. The perceived benefits of the higher priced quote shall merit the additional cost. The awardee must not have negative or adverse information on FAPIIS or SPRS in the last three years. Negative or adverse action in FAPIIS or SPRS in the last three years may render your quote unacceptable.� Vendor must be registered in S.A.M. at the time of award or quote will rendered as unacceptable.� Award is anticipated on/a� 13 Apr 2020.� If multiple vendors are awarded an Agreement, each call will be competed among the awarded BPA vendors.� On occassion, emergency call may arise and in those instances, the Government reserves the right to issue the call to a single vendor without competition among the awarded BPA vendors.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3c5d0d10a8ba40ba85f25e34838ce449/view)
 
Place of Performance
Address: Lansing, MI 48906, USA
Zip Code: 48906
Country: USA
 
Record
SN05614369-F 20200410/200408230154 (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.