Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 23, 2014 FBO #4747
SOLICITATION NOTICE

V -- Lodging for Unit Training Assembly - Wage Determination - Statement of Work

Notice Date
11/21/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 106 RQW/LGC, FRANCIS S. GABRESKI ARPT (ANG), BLDG 250, WESTHAMPTON BEACH, New York, 11978-1201
 
ZIP Code
11978-1201
 
Solicitation Number
W912PQ-15-A-5000
 
Archive Date
1/3/2015
 
Point of Contact
Fred Rodriguez, Phone: 631-723-7562, Jason Rios, Phone: (631) 723-7562
 
E-Mail Address
fred.rodriguez@ang.af.mil, Jason.Rios@ang.af.mil
(fred.rodriguez@ang.af.mil, Jason.Rios@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Wage Determination 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The 106th Rescue Wing, New York Air National Guard, Westhampton Beach, NY intends to establish a Blanket Purchase Agreement (BPA) with one or more hotels in the local area to satisfy lodging requirements for Air National Guard personnel during Unit Training Assembly (UTA) weekends. The Government intends to enter into a BPA for one base year (January 1, 2015 to December 31, 2015) with four (4) option years. The BPA will be reviewed annually; Lodging facilities must be within fifty (50) road miles of Westhampton Beach, Suffolk County, New York. This BPA will have a period of performance of five (5) years from date of agreement via issuance of Blanket Purchase Agreement Calls. 2. This requirement is unrestricted. See clause 52.212-2, quote mark Evaluation Procedures quote mark, for further details on evaluation procedures. The North American Industry Classification System (NAICS) Code is 721110 (Hotels (except Casino Hotels) and Motels) and the Size Standard for Small Business is $30 Million. The lodging requirement consists of establishing one or more BPAs, for a period of five (5) years from date of award, to hotels in the local area via issuance of BPA Call Orders. The Government may issue a BPA Call for a one (1) month period or a BPA Call for more multiple months up to the BPA Call Limit specified. 3. This agreement will be in effect for a period not to exceed five (5) years commencing on January 1, 2015 or until the total spent on the master BPA reaches $150,000 (whichever is sooner), or until such time either party to this agreement requests that it be canceled in writing (30 day notice required). 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 provided under this notice. The Government is not obligated to notify respondents of the results of this notice. See Statement of Work which is attached. Wage Determination per location shall apply and is also attached. The Government will not pay more than the annual rates allowed for in the Joint Federal Travel Regulation. Preference will be given to hotels offering rates at or below per diem rates. All vendors must be U.S. Fire Administration/FEMA compliant. The government reserves the right to request a site visit with any offeror. Failure to comply with a site visit may disqualify a vendor from consideration. 4. Period of Performance Period of Performance: January 1, 2015 - December 31, 2015 First UTA Date: January 2015 Future UTA Dates will be provided by the 106 Rescue Wing UTA Lodging point of contact after award of the BPA(s). 5. Clauses & Provisions It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm The following provisions and clauses apply to this acquisition: FAR 52.204-99 DEV System for Award Management (SAMS) (Deviation ); FAR 52.204-7 Central Contractor Registration; 52.204-13 - Central Contractor Registration Maintenance; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation Commercial Items; FAR 52.212-3 ALT I Offerror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.222-25 Affirmative Action Compliance; FAR 52.222-26 Equal Opportunity; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-23 Assignment of Claims; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-1 Disputes; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.246-1 Contractor Inspection Requirements; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Contract Provisions Incorporated by Reference; FAR 52.252-5 Authorized Deviations in Provisions; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.203-7000 Requirements Related to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.209-7994 DEV Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under and Federal Law - FY14 Appropriations; DFARS 252.232-7009 Mandatory Payment by Government-wide Commercial Purchase Card; DFARS 252.232-7010 Levies on Contract Payments. Offers shall include with their quotes a completed copy of 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items or enter at website https://www.sam.gov/portal/public/SAM/; if Representations and Certifications have been completed on System for Award Management (SAM) provide CAGE Code, Dun and Bradstreet number (DUNS) code, and Tax Identification Number (TIN). 6. The contracting office address is as follows: 106 MSG/MSC 150 Riverhead Road Westhampton Beach, NY 11978-1201 7. All responses must be sent to SSgt Jason Rios at jason.rios@ang.af.mil and SMSgt Fred Rodriguez at fred.rodriguez@ang.af.mil, responses shall be submitted no later than 4:00 PM EST, Friday December 19, 2014. All hotels within the competitive range will be inspected before BPA is awarded. Unannounced inspections will also be done throughout the year. Any vendor desiring to be considered must submit the following: - Proposed room rate for calendar 2015 (Note: if your location has seasonal rates your quote must indicate the months those rates will apply). - Statement indicating that your location does meet the requirements within the Statement of Work dated November 21, 2014 - Your quote must indicate your company's Cage Code that is posted at www.sam.gov. Any quote missing this information will be considered not responsive. Your firm will send this information via email to SSgt Jason Rios at jason.rios@ang.af.mil and SMSgt Fred Rodriguez at fred.rodriguez@ang.af.mil. Questions shall be submitted no later than 11:00 AM EST, Wednesday, December 17, 2014 by emailing them to SSgt Jason Rios at jason.rios@ang.af.mil and SMSgt Fred Rodriguez at fred.rodriguez@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA30-2/W912PQ-15-A-5000/listing.html)
 
Record
SN03579139-W 20141123/141121234322-a0600bb6522bba1387b5fccf601574f0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.