SOLICITATION NOTICE
V -- Maine Army National Guard Lodging Blanket Purchase Agreement
- Notice Date
- 5/29/2020 11:00:43 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- W7NC USPFO ACTIVITY ME ARNG AUGUSTA ME 04333-0032 USA
- ZIP Code
- 04333-0032
- Solicitation Number
- W912JD-20-R-0002
- Response Due
- 6/17/2020 12:00:00 PM
- Archive Date
- 07/02/2020
- Point of Contact
- Daniel S Bibeau, Phone: 2074306219, Jeffrey J. Phair, Phone: 2074305610
- E-Mail Address
-
daniel.s.bibeau.mil@mail.mil, jeffrey.j.phair.mil@mail.mil
(daniel.s.bibeau.mil@mail.mil, jeffrey.j.phair.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 lodging in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quotations (RFQ); the solicitation number is W912JD-20-R-0002.�The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-05. The Maine Army National Guard (MEARNG) has a requirement to establish multiple Blanket Purchase Agreements (BPA) for lodging military members�during Unit Training Assembly (UTA), State Active Duty (SAD), surge requirements and�any other necessary�times. This requirement is issued under a Total Small Business set-aside using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13 under NAICS code 721110.��The small business size standard is 32.5 Million�dollars. Interested vendors must add the applicable NAICS to their System for Award Management (SAM) Representations and Certifications prior to submitting their proposal. DESCRIPTION OF REQUIREMENT: 1. The Contractor shall provide furnished lodging accommodations (double occupancy, non-smoking rooms) as further described in Attachment 1 � Performance Work Statement (PWS). 2. Additional terms and conditions are contained in the following documents: a. Attachment 1 � Performance Work Statement (PWS) b. Attachment 2 - Blanket Purchase Agreement Terms and Conditions; c. Attachment 3 - Offeror Representations and Certifications; d. Attachment 4 - Per-Diem Rates; e. Clauses incorporated by reference or by full text below. 3. Contract Line Item Numbers will be dependent on individual Calls and/or orders issued under the resultant BPAs. Quantities of rooms needed, locations, and types of rooms will vary according to need and will be determined for each order or call placed under a Master BPA. a. Attachment 4 - Per-Diem Rates�are provided solely to illustrate the amount per ��night the Government is able to pay per occupant. 4. The intention of the Government is to award approximately three (3) to six (6) BPAs to responsible firms that demonstrate a capability to provide rooms under the conditions and safety requirements as described in the PWS. The Government reserves the right to award additional BPAs beyond the estimated number, or award no BPAs, from this combined synopsis/solicitation as determined to be in the Government's best interest. BPAs do not obligate any funds and are not binding contracts. The Government will be obligated only to the extent that authorized BPA Calls or orders are actually made under these agreements. 5. BPAs will be evaluated annually and may remain in place for up to two (2) years. The total maximum order limit for ALL Master BPAs (combined) awarded under this solicitation is $750,000.00. Individual orders or Calls will not exceed the Simplified Acquisition Threshold ($250,000). The establishment of a BPA does not imply any agreement on the part of the Government to place future calls or orders with the BPA holder. The Government makes no representation as to the number or dollar amount of Calls/orders that may be placed. 6. Calls/orders will be competed among Master BPA holders for the applicable location as request for quotes via oral solicitation or by e-mail. Failure to submit a complete and timely response to a Request for Quote (RFQ) may result in it being determined non-responsive. 1. The Government reserves the right to set aside any Call/order to any specific socioeconomic category of small business BPA Holder(s) (i.e., 8(a), HUBZone, SDVOSB, or WOSB, etc. concerns). 2. The Government reserves the right, at the Government�s discretion, to directly award a Call or issue an order to any BPA Holder that has not yet received a call/order under their Master BPA. 3. The Government reserves the right to not request quotes from any BPA Holder due to lack of satisfactory performance or a documented history of poor quality rooms/service on prior BPA orders/Calls. SUBMISSION REQUIREMENTS: The Government will evaluate all proposals in accordance with the submission and evaluation criteria described herein. Proposals should be prepared simply and provide concise description of capabilities to satisfactorily perform all requirements. Responses to this announcement shall include: 1. A letter, signed by an authorized official of the Offeror, formally submitting the proposal and containing company name and address, Cage Code, DUNS Number, TIN, business size and type (i.e., small, small and disadvantaged, 8(a) certified, woman-owned small, HUB Zone certified small, or service disabled veteran-owned small business) for the applicable NAICS code, and Point of Contact information. The letter shall also include acknowledgement of amendments, if any, to this solicitation. 2. A narrative, not to exceed three (3) pages explaining your ability to perform the work described in the PWS (Attachment 1) to include room types and accommodations any special capabilities, and relevant past performance information. Any narrative that merely promises to perform the PWS requirements or restates the requirements without sufficient specific information of the offeror�s capability or approach to perform the work shall be rejected as not responsive to the solicitation. The Offeror should describe its approach on how many rooms can be set aside at any given time.�The Offeror may include references to its customer services in its narrative.��The narrative shall also include the following: 3. Three (3) past performance references for related items within the last three (3) years to include: 1 Customer Name, e-mail address, and telephone number; and 2 Order or contract, or vendor number(s) and/or time period of order fulfillment; 3. Complete and signed Representations and Certifications (Attachment 3). 4.�Responses to this solicitation should address room types and availability throughout the state to ensure it meets the defined requirements. 4.�As prescribed in DFARS 252.204-7007, interested parties must be registered with System for Award Management (SAM) under the NAICS 721110. Representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) at https://sam.gov/SAM/. 5.�IAW PWS paragraph 8(a), responses to this solicitation shall include a synopsis of the control plan. Plans must be in accordance with the requirements defined in PWS Section 8.The responses to this solicitation/synopsis shall be submitted VIA E-MAIL ONLY. Ensure that the e-mail is clearly marked to indicate its contents, the solicitation number, and the identity of the firm submitting. Proposals may be submitted in Word or PDF format only. Do not include links to websites in lieu of incorporating information into your proposal. EVALUATION CRITERIA: BASIS FOR AGREEMENT: An agreement will be established with responsible vendor(s) that represent Best Value to the Government. The Government intends to evaluate responses and award each BPA without discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. IAW FAR 13.106-2(b)(3), formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required. Contracting offices may conduct comparative evaluations of offers. The Factors that shall be used to determine Best Value, in order of importance are as follows: Technical/Quality, Past Performance, and Price. These factors are further described below: 1. Technical/Quality: The Government will evaluate the Offerors ability to supply, at a minimum, the accommodations described in the PWS at section 3. The Government shall also evaluate the Offerors proposed approach to providing adequate rooms to accommodate the MEARNG�that meet the requirements of PWS.��The Government will evaluate the Offerors proposed quality of rooms and accommodations. 2. Past Performance: The Government will evaluate the Offerors record of past performance in work relevant to the type as called for in the PWS. Offerors are advised that, in addition to the Past Performance information requested in the Submission Requirements above, the Government may obtain Past Performance information from interviews/questionnaires tailored to the circumstances of this acquisition and/or any other sources available to the Government. Sources may include, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS) and interviews with Government Program Managers and Contracting Officers. 3. Price: The Government will evaluate the pricing proposed by the Offeror for fairness and reasonableness based upon comparative assessment of number of rooms available and distance to the training location.� Other rates included in the proposal with those received from other Offerors and upon the Government's knowledge of and previous experience with these items. The Contracting Officer may only award BPAs to responsible organizations whose proposals conform to this combined synopsis/solicitation and offer the best overall value to the Government. Any Offerors proposal that merely offers to provide occupancy according to the terms of the solicitation or fails to present more than a statement indicating its capability to comply with the terms without support and elaboration as specified in the instructions will be rendered non-responsive. CLAUSES AND PROVISIONS: The following clauses and provisions are incorporated by reference: Provision 52.212-1, Instructions to Offerors � Commercial Items (Deviation 2018-O0013),applies to this acquisition and Addenda to this provision are contained in the section entitled 'SUBMISSION REQUIREMENTS' above. Provision 52.212-2, Evaluation -- Commercial Items, applies and specific evaluation criteria to be used are contained in the section 'EVALUATION CRITERIA' above. Provision 52.212-3 Offeror Representations and Certifications � Commercial Items, Alt I, applies and specific requirements for providing Offeror Representations and Certifications with its offer are included in SUBMISSION REQUIREMENTS paragraph 4 above. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the Performance Work Statement (PWS), Blanket Purchase Agreement, and additional terms and conditions below shall be included as addenda to this clause. IAW FAR 52.212-4(v) the awardees representations and certifications, including those completed electronically via the System for Award Management (SAM), shall also incorporated by reference into and resultant Agreement. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation 2018-O0021), applies to this acquisition. ADDITIONAL TERMS AND CONDITIONS INCORPORATED BY REFERENCE: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.219-6 Total Small Business Set-Aside (Deviation 2019-O0003) 52.219-8 Utilization of Small Business Concerns 52.219-13 Notice of Set Aside of Orders 52.219-14 Limitations on Subcontracting (Deviation 2019-O0003) 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor � Cooperation of Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-26 (Alt 1) Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action For Workers With Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 F.O.B. Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.209-7004 - Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.211-7003 Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on the Use of Supplier Performance Risk System in Past Performance Evaluations 252.225-7012 Preference for Certain Domestic Commodities 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work Flow Payment Instructions 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation by Sea 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ (End of Provision) 52.252-2 Clauses Incorporated by Reference 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): https://www.acquisition.gov/ (End of Clause) 52.252-5 Authorized Deviations in Provisions The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter1) provision with an authorized deviation is indicated by the addition of �(DEVIATION)� after the date of the provision. The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation isindicated by the addition of �(DEVIATION)� after the name of the regulation. (End of clause) 52.252-6 Authorized Deviations in Clauses The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter1) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the date of the clause. The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the name of the regulation. (End of clause) SUBMISSION OF PROPOSALS: Proposals shall be submitted electronically to Dan Bibeau and Jeff Phair via daniel.s.bibeau.mil@mail.mil and jeffrey.j.phair.mil@mail.mil. Please copy dirck.g.storms.mil@mail.mil all proposals shall be submitted by 19 June� 2020 by the time indicated on this notice. **Proposals will only be accepted electronically via the e-mail address provided above. It is the Offerors responsibility to confirm that their proposal submission has been received. QUESTIONS: Questions regarding this acquisition may be addressed to Dan Bibeau��with a courtesy copy to Jeff Phair�at the above listed email address. Questions must be received no later than five (5) business days prior to date for receipt of proposals.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/00c910a02810491b967a6284b8d54f34/view)
- Place of Performance
- Address: ME, USA
- Country: USA
- Country: USA
- Record
- SN05674616-F 20200531/200529230148 (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 |