SOLICITATION NOTICE
V -- CTNG Hotel BPA New Haven Area
- Notice Date
- 11/18/2020 3:32:58 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- W7MZ USPFO ACTIVITY CT ARNG HARTFORD CT 06105-3706 USA
- ZIP Code
- 06105-3706
- Solicitation Number
- W91ZRS-Q-A014
- Response Due
- 11/25/2020 5:00:00 AM
- Archive Date
- 12/10/2020
- Point of Contact
- Fabiola Arango, Phone: 8603864064
- E-Mail Address
-
fabiola.arango.civ@mail.mil
(fabiola.arango.civ@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 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 Connecticut National Guard, is seeking to establish multiple Blanket Purchase Agreements (BPA) with hotel vendors or third party vendors that are located within ten (10) miles of the New Haven Armed Forces Reserve Center, 300 Woodward Avenue, New Haven, CT 06512 to provide lodging accommodations for eligible CTNG members attending Unit Training Assembly (UTA) weekends and Re-scheduled Unit Training Assemblies (SUTA). The solicitation number is W91ZRS-Q-A014 is issued as a Request for Quotes (RFQ).� This solicitation is 100% set aside for small business IAW FAR 19.502-2(a).� The North American Industry Classification System (NAICS) code is 721110 and the small business size standard is $35 million. All firms or individuals responding must be registered with the System for Award Management (SAM) at https://www.sam.gov/SAM/� SAM registrations must indicate that their online Representations and Certifications Application (ORCA) are small business.� All responsive vendors must ensure their certifications are complete and reflect in their SAM profile; complete your registration: https://www.sam.gov/SAM/.� Unresponsive vendors will not be considered. Additionally, prospective vendors should consider the Government per-diem rate when submitting their proposals.� The Government will not consider proposals that go over the established per-diem rate. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents.� All prospective offerors interested in submitting a quote must have a Commercial and Government Entity (CAGE) code.� The Government intends to establish multiple BPAs as a result of this solicitation.� The lodging requirement consists of establishing BPAs, with an ending date of 31 JAN 2025 from date of award, to hotels in the local area via issuance of BPA Call Orders that will be competed among the local BPA vendors. 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 eliminate 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 Government does not intend to pay for any information under this notice. Submit questions no later than Monday 23rd November at 7:00am EST to fabiola.arango.civ@mail.mil The following provisions are included in this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-24, 52.204-26 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation�Commercial Items; FAR 52.212-3 Alt I, Offerors Representations and Certifications (OCT 2010); FAR 52.217-5, Evaluation of Options; FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment---Certification; FAR 52.222-52, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services---Certification; FAR 52.237-1, Site Visit; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7998 (DEV), Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements---Representation (DEVIATION); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.209-7992 (DEV), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law---Fiscal Year 2015 Appropriations (DEVIATION); DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7035, Buy American---Free Trade Agreements---Balance of Payments Program Certificate; DFARS 252.225-7035 Alt I, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate I); DFARS 252.225-7035 Alt IV, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate IV); DFARS 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services From Certain Foreign Entities---Representations : The following clauses apply to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-18, Commercial Government Entity Code Maintenance; FAR 52.204-25 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-4, Contract Terms and Conditions�Commercial Items; FAR 52.212-5, Contract Terms and Condition Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION); FAR 52.212-5 Alt II, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--- Commercial Items� (Deviation 2013-O0019) (APR 2015) Alternate II� (APR 2015); �FAR 52.219-6, Notice of Small Business Set � Aside; FAR 52.219.28, Post Award Small Business Program Rerepresentation: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor---Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965, (wage determination no. 1996-0239, revision no. 25, date of last revision 02/03/2011); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases;� FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Contractor Registration; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-2; DFARS 252.201-7000, Contracting Officer�s Representative; DFARS;�� 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7999 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION); DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information;�� DFARS 252.204-7011, Alternative Line� Item Structure; DFARS 252.204-7012 Safeguarding of unclassified Controlled Technical Information: DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7048, Export-Controlled Items; 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; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023 ALT III , Transportation of Supplies by Sea; �Provisions and Clauses for this synopsis/solicitation can be found at https://www.acquisition.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fce8fbb1cbed4128a7d5e8d3bc90aa13/view)
- Record
- SN05855814-F 20201120/201118230143 (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 |