Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 12, 2020 SAM #6923
SOLICITATION NOTICE

V -- CY2021 Hotel BPA - Madison, WI

Notice Date
11/10/2020 9:38:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7N8 USPFO ACTIVITY WIANG 115 MADISON WI 53704-2591 USA
 
ZIP Code
53704-2591
 
Solicitation Number
W50S9F-21-Q-0004
 
Response Due
11/25/2020 12:00:00 PM
 
Archive Date
12/10/2020
 
Point of Contact
Scott Homner, Phone: 6082454757
 
E-Mail Address
115.FW.FW-Contracting.Org@us.af.mil
(115.FW.FW-Contracting.Org@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(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; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation W50S9F-21-Q-0004 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, and DFARS Publication Notice 20200929, effective 1 October 2020. (iv) This RFQ is solicited as a 100% small business set-aside. The NAICS code is 721110 with a small business size standard of $35.0M. (v) The Wisconsin Air National Guard is seeking the following item(s): The Government anticipates awarding five (5) 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 Agreement�s (BPA) to be effective 01 January 2021 � 31 December 2021 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 115 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 Information Sheet for each offered hotel 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 (throughout the one (1) year agreement). A BPA will be established with the hotels which are most advantageous and provide the best value to the government, price and other factors considered, in accordance with the Instructions 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. Additionally, any order under a resulting BPA will be placed on a best value basis. A list of authorized callers, either by name or position, will be furnished to you, listing only those persons authorized to place calls against the agreement. It is your responsibility to ensure only calls from authorized individuals are accepted. 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 in section XV prior to sending an offer. (vii) Delivery schedule shall be 01 January 2021 � 31 December 2021 (viii) The provision at FAR 52.212-1 (Class Deviation 2018-O0018), Instructions to Offerors � Commercial Items, 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 Proposal Evaluation document. The government intends to award five (5) agreements to achieve 200 rooms per RSD weekend, although greater or fewer than five (5) 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. 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (JUN 2020) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-7 System for Award Management (OCT 2018) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (JUN 2016) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (AUG 2020) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.212-1 Instructions to Offerors�Commercial Items. (DEVIATION 2018-O0018) (AUG 2018) 52.212-3 Offeror Representations and Certifications�Commercial Items--Alternate I (OCT 2014) 52.212-4 Contract Terms and Conditions�Commercial Items (OCT 2018) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items (OCT 2020) 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008) (MAR 2020) 52.219-28 Post-Award Small Business Program Rerepresentation (JUN 2020) 52.222-3 Convict Labor (JUNE 2003) 52.222-19 Child Labor�Cooperation with Authorities and Remedies (DEVIATION 2020-O0019) (JAN 2020) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.224-3 Privacy Training (JAN 2017) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) 52.232-36 Payment by Third Party (MAY 2014) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.252-5 Authorized Deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (APR 1984) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation (DEC 2019) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services �(DEC 2019) 252.211-7003 Item Unique Identification and Valuation (MAR 2016) 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (SEP 2019) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7000 Buy American--Balance of Payments Program Certificate--Basic �(NOV 2014) 252.225-7001 Buy American and Balance of Payments Program--Basic (DEC 2017) 252.225-7012 Preference for Certain Domestic Commodities (DEC 2017) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) (MAY 2020) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015) (MAY 2020) ""252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) (FEB 2020)"" 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card (MAY 2018) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration (APR 2020) 252.244-7000 Subcontracts for Commercial Items (SEP 2020) 252.247-7023 Transportation of Supplies by Sea--Basic (FEB 2019) (xiv) DPAS Rating does not apply to this acquisition. (xv) 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 Information Sheet for each hotel. Rates should be entered as the price per room. Two different formats are attached, as some individuals have difficulty opening the fillable form. 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. A copy of FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, must be completed and returned with any quote. 5. Quoters are required to be registered in SAM (https://www.sam.gov) at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. Contractors shall maintain active SAM registration throughout the term of any BPA. (xvi) All questions shall be in writing. Questions shall be emailed to MSgt Scott Homner at 115.FW.FW-Contracting.Org@us.af.mil. Questions not received within a reasonable time prior to the response date may not be answered. ***Combined Synopsis/Solicitation Amendments*** Amendment #1 dated 10 Nov 20 Amendment Description: Added the following clarifications based on questions received: In the past, average usage for an RSD (drill weekend) totaled approximately 74 double rooms and 57 single rooms for two nights. RSDs still occur; in November 2020, a total of 126 single rooms were purchased for two nights. However, as mission requirements change or risk levels fluctuate due to Covid-19, future usage is unknown. For the immediate future, only single rooms will be utilized. Those awarded a BPA may see a decrease in usage during an RSD, substitution of single for double rooms, and/or an increase in lodging requests for weekdays or alternative weekends. The number and type of rooms requested from each hotel for any given month is subject to change. The 2021 Drill Schedule lists known training dates, and lodging is required the night prior to commencement of training. For example, the first training date is January 9-10, 2021, and members require lodging with a check-in on January 8 and checkout on January 10.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e0fa0ffe151c443daf7a13f8152bf2b5/view)
 
Place of Performance
Address: Madison, WI 53704, USA
Zip Code: 53704
Country: USA
 
Record
SN05850397-F 20201112/201110230145 (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.