SOLICITATION NOTICE
V -- 841st Charleston SC Lodging Services
- Notice Date
- 4/15/2025 6:09:57 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
- ZIP Code
- 61299-0000
- Solicitation Number
- PANROC-24-P-0000_007671
- Response Due
- 4/22/2025 1:00:00 PM
- Archive Date
- 05/07/2025
- Point of Contact
- Linda Humphrey
- E-Mail Address
-
linda.d.humphrey.civ@army.mil
(linda.d.humphrey.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Update: Answers to any questions received are forthcoming through an amendment. 1. The U.S. Army Contracting Command � Rock Island (ACC-RI) hereby issues this RFQ for the requirement of lodging for the 841st Battalion, Charleston, South Carolina in support of the Military Surface Deployment and Distribution (SDDC). Please submit your pricing and additional requested information on Attachment 0003 � Price Matrix Charleston. The following attachments are included: Attachment 0001 � Performance Work Statement (PWS) dated 27 March 2025 Attachment 0002 � Clause Addendum (Commercial) Attachment 0003 � Price Matrix Charleston 2. The requirement is 100% Small Business Set-Aside (SBSA). Quoters are cautioned that all requirements that apply to the prime Quoter will also apply to team members, subcontractors, etc., i.e. security clearance and other access requirements. The PSC is V231 and the NAICS Code is 721110, size standard $40,000,000.00. 3. This RFQ is a firm fixed price Blanket Purchase Agreement (BPA) that will be issued to the quoter(s) that is/are the lowest priced, responsive, responsible whose quote contains all items stated above and conforms to the terms and conditions of this RFQ. The Government intends to execute an agreement(s) as a firm fixed price BPA for all items stated above. A Best Value determination source selection methodology will be used for this action by fairly evaluating all timely quotes received and placing a BPA(s) that represents the best value. Agreement(s) will be made on the basis of the lowest prices quoted that is determined to meet minimum requirement(s) of the RFQ IAW Attachment 0001 - PWS. Quotes must meet the minimum requirement(s) of this RFQ to be determined for an agreement. The quotes meeting the minimum requirement(s) of this RFQ are not ranked and the evaluation process does not permit tradeoffs between the non-cost factors and the cost/price factor. All quotes meeting the minimum requirement(s) of the RFQ will be treated equally except for cost/price. By submission of its quote, the contractor accepts all RFQ requirement(s), including all terms and conditions, representations, certifications, and technical requirements. 4. All information received in response to this RFQ marked as ""proprietary"" will be protected and handled accordingly. Issuance of this RFQ does not constitute an execution of an agreement or commitment of funds on the part of the Government nor does it commit the Government to pay for costs incurred in the preparation and submission of a quote. An execution of any agreement(s) is/are in the best interest of the Government. Availability of funds will not be issued for this requirement until an award of an order. 5. The period of performance are: Base Period: 16 May 2025 � 15 May 2026 Option Period 1: 16 May 2026 � 15 May 2027 Option Period 2: 16 May 2027 � 15 May 2028 Option Period 3: 16 May 2028 � 15 May 2029 Option Period 4: 16 May 2029 � 15 May 2030 52.217-8: 16 May 2030 � 13 November 2030 6. The Government intends to execute an agreement(s) without meaningful exchanges or clarification, therefore quoters are encouraged to submit their most competitive quote. The Government does reserve the right to conduct exchanges or clarification if later determined by the Contracting Officer to be necessary. The Government reserves as well, the right to seek minor clarifications without holding meaningful exchanges with quoters. 7. Please submit any questions as soon as possible. Questions will be accepted until 07 April 2025 at 1500 CT. Following that, no further questions will be entertained. Questions will be answered via an amendment to the RFQ.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/91595b07993542bf9e1f454089f08f71/view)
- Place of Performance
- Address: North Charleston, SC 29406, USA
- Zip Code: 29406
- Country: USA
- Zip Code: 29406
- Record
- SN07409034-F 20250417/250415230043 (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 |