Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2020 SAM #6916
SOLICITATION NOTICE

V -- WI ANG Lodging BPA

Notice Date
11/3/2020 10:50:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7N8 USPFO ACTIVITY WIANG 128 MILWAUKEE WI 53207-6104 USA
 
ZIP Code
53207-6104
 
Solicitation Number
W50S9G21Q0002
 
Response Due
11/25/2020 11:00:00 AM
 
Archive Date
12/10/2020
 
Point of Contact
MSgt Kristin Zahn, Phone: 4149448517
 
E-Mail Address
kristin.zahn@us.af.mil
(kristin.zahn@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
3NOV20 - Added Questions and Answers (i) This is a combined synopsis/solicitation for commercial items prepared 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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation W50S9G-21-Q-0002 is issued as a Request for Quotation (RFQ). (iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-09, effective 26 October 2020. (iv) This RFQ is set-aside for total small business. The North American Industry Classification System code is 721110 � Hotels (except Casino Hotels) and Motels with a SB size standard of $32.5M. (v) The WI Air National Guard is seeking the following item(s): The Government anticipates awarding four (4) Blanket Purchase Agreements (BPAs) as a result of this solicitation, but may award any number of BPAs. The Government intends to establish multiple Blanket Purchase Agreements (BPA) to be effective 01 January 2021 � 31 December 2023 to provide temporary lodging for members of the Wisconsin Air National Guard.� This agreement will establish a procedure for the fulfillment of our anticipated repetitive requirements from your firm. The proposed BPA will be a pre-priced, decentralized instrument to be used by the 128 FSS/FSV. (vi) Description of requirement: A BPA is a charge account type instrument which will permit authorized individuals to place orders directly with your firm or representative, using your agency's established price list. When lodging is required, an authorized individual will place calls against the approved price list and you will perform in accordance with all terms and conditions of the BPA. The Government is only obligated to pay for authorized orders satisfied by the vendor in accordance with the terms and conditions of the agreement. In order for a BPA to be established with your organization, you furnish us with the �Lodging Proposal Sheet� which establishes a price list as stated in the paragraph above. The price list should reflect prices that you would offer your most favored customer. Your price list must have an effective date of 01 January 2021 - 31 December 2021.� Prices will be reviewed annually for decreases/increases. A BPA will be established with the hotels which are most advantageous to the government, price and other factors considered, in accordance with the Instruction to Offerors on Proposal Evaluation document. Upon signatures from both parties, a copy of the BPA and approved price list will be furnished to you and the using activity. All payments under this agreement are expected to be made with the Government Purchase Card (MasterCard). If a BPA is awarded to your firm it will be prepared in accordance with the provisions of the Federal Acquisition Regulation and standard procedures contained therein will apply. Please see attached documents pertaining to the BPA. See Instructions to Offerors prior to sending an offer. (vii) The anticipated Period of Performance (POP) shall be for three (3) years: 01 January 2021 � 31 December 2023. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018), applies to this acquisition. (ix) The Government will award agreements resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In order to be considered for an agreement, an inspection of the property must take place. Award is based on price, past performance, and technical capability per the ""Instructions to Offerors on Quote Evaluation"" document. The government intends to award up to four (4) agreements to achieve 85 rooms per RSD weekend, although greater or fewer than four (4) may be awarded. (x) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with a quote, or be currently registered in the SAM website with Representations and Certifications completed. The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at https://www.acquisition.gov. 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 (CD 2018-O0018) Instructions to Offerors - Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items 52.212-4, Contract Terms and Conditions -- Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 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 52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.232-7010 Levies on Contract Payments 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea (xiii) DPAS Rating does not apply to this acquisition. (xiv) Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received. Instructions to Offerors: ������������� 1. Return a completed copy of the ""Lodging Proposal Sheet"" for each hotel. Rates should be entered as the price per room. ������������� 2. Quotes in response to this solicitation must include the Offeror's CAGE Code or DUNS Number. ������������� 3. Quotes must be valid until December 31, 2021. ������������� 4. Offerors are required to be registered in SAM (https://www.sam.gov) at the time an offer or quotation is submitted. Contractors shall maintain active SAM registration throughout the term of any BPA. ������������� 5. Quotes from third party agencies will be considered. Any contractor, whether it is the owner of a hotel property or a third party, must act as the single point of contact in all matters. The contractor shall provide a point of contact who has sufficient authority to authorize changes, address issues within 24 hours, and address emergency issues immediately. � � � � � � � 6. Must submit the attached ""FAR 52.204-24 Offeror Representation"" with quote. (xv) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions are due NLT 18 November at 4:00pm CST to kristin.zahn@us.af.mil�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/353f22cdcab94624afc1c486271bb435/view)
 
Place of Performance
Address: Milwaukee, WI, USA
Country: USA
 
Record
SN05844745-F 20201105/201103230141 (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.