SOLICITATION NOTICE
V -- UTA Hotel Rooms - Hotel Rooms Solicitation
- Notice Date
- 5/18/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, 164 AW/LGC, 2815 DEMOCRATIC ROAD, MEMPHIS, Tennessee, 38118-1510
- ZIP Code
- 38118-1510
- Solicitation Number
- W912L7-16-T-0006
- Point of Contact
- Christopher Rhyne,
- E-Mail Address
-
usaf.tn.164-aw.mbx.msc@mail.mil
(usaf.tn.164-aw.mbx.msc@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Hotel Rooms Solicitation 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 W912L7-16-T-0006 is being issued as a Request for Quotation. •(III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005- 69. •(IV) This acquisition is being set-aside for small business concerns. The associated NAICS code for this acquisition is721110, small business size standard is $30,000,000.00. •(V) COMMERCIAL ITEM DESCRIPTION: The 164 th Air lift Wing (AW) has a need for the establishment of a contract with local hotels to obtain lodging accommodations on monthly basis in accordance with attached Performance Work Statement (PWS). The 164 th intends to award multiple contracts from this combined synopsis/solicitation. A minimum of one, maximum of two contracts will be established. The Contractor is responsible for providing the lodging service and accommodations under each contract for the personnel assigned to the 164th AW, for Unit Training Assembly (UTA) weekends on Saturday. Each contract shall be valid for a period of one year with the possibility of four one year option periods. Offerors submitting prices should refer to Price List under "Additional Documentation'. 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 for zip code 38118. Rates can be located at www.gsa.gov/perdiem. Subsequently, vendor will provide pricing for all five years. All vendors must be U.S. Fire Administration/FEMA compliant. Click on this link ( http://www.usfa.fema.gov ) and go to tab under Hotel-Motel List to verify your hotel/motel. Vendors must also provide the most recent Hotel/Motel Inspection Report from the Department of Health. CLIN 0001- Lodging, Double Occupancy (Rooms that have a couch that converts into a bed shall not be counted as a bed) •(VII) Place of Delivery: Must be within 33 Mile radius of 4593 Swinnea Rd Memphis, TN 38118, FOB POINT IS DESTINATION. •(VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. •(IX) The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. Factors that shall be used to evaluate offers are: When establishing the contract, the Government will consider vendors whose pricing, technical capability to meet the requirement, and documentation that indicates the hotel is U.S. Fire Administration/FEMA compliant will be in the best interest of the Government. For evaluation purposes, please provide no more than two (2) pages of information that indicates your hotel meets the technical capability of the PWS requirement. Also, please provide documentation that indicates your hotel is U.S. Fire Administration/FEMA compliant. Vendors should provide adequate details in their quote to include pricing on this solicitation, technical capability, and fire compliance with descriptions of the following items: •1. Information that indicates the hotel adheres to the PWS; •2. Indicate the number of miles the lodging facility is located from 4593 Swinnea Rd. Memphis, TN 38118; •3. Provide documentation that indicates the hotel is U.S. Fire Administration/FEMA compliant, i.e., FEMA ID number. •4. Provide three years of Hotel/Motel Inspection Report from Department of Health. Score must be a minimum of 90 out of 100 ( post a current grade "A" Health Certificate). •5. For an offer submitted by a third party provider, the offeror must describe their technical approach to fulfilling the Governments lodging requirement. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. •6. Information that indicates an interior/exterior security alarm surveillance system. Technical capability will also be evaluated with an initial site visit by the Government after the solicitation has closed (inspection checklist attached). The 164 th Services/Base Lodging, Contracting, Military Public Health, and Fire Protection/Safety must visit off- base commercial lodging establishments, when initially considered for use as commercial lodging, to ensure they meet the PWS conditions and Military standards. A site visit by the Government does not guarantee a contract with the hotel. The Government will award the contract(s) resulting from this solicitation to the responsible vendor(s) whose offer conforms to this solicitation and is the most advantageous to the Government, price and all other factors considered. Technical capability and U.S. Fire Administration/FEMA compliance, when combined, are equal to price. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical capability will be rated as pass or fail. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the System for Award Management (SAM) System as well as registered and have completed the online Reps and Certs at the following website: https://www.sam.gov. •(X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained fro m ( http://farsite.hill.af.mil ). However, vendor must complete the Reps and Certs as stated in section (IX) above at https://www.sam.gov. •(XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004, Alt A, System for Award Management. •(XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. •(XIII) The following clauses are incorporated by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this website http://farsite.hill.af.mil : 52.204-7, System for Award Management; 52.204-10, Reporting Executive Compensations and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting With Contactors Debarred, Suspended, or Proposed for Debarment; 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.219-1, Alt I, Small Business Program Representations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Test Messaging While Driving: 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certification; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; 52.232-39, Unenforceability of Unauthorized Obligations; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-3, Continuity of Services; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clause s ( http://farsite.hill.af.mil ) ; 52.252-2, Clauses incorporated by Reference ( http://farsite.hill.af.mil ) ; 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-70005, Representation Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management; 252.204-7006, Billing Instructions; 252.225-7048, Export-Controlled Items; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-70001, Pricing of Contract Modifications; Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizO ps ( https://www.fbo.gov ) web site. They will be contained in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than 27 May 2016 at 1:00 p.m. EST. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration ( https://www.sam.gov ). •(XIV) N/A. •(XV) Quotes will be due to the 164AW/MSC 4593 Swinnea Rd. Memphis, TN 38118, by 3 June 2016, 1:00 p.m. EST. Email quotes will be accepted at usaf.tn.164-aw.mbx.msc@mail.mil. •(XVI) Point of Contact is SrA Kirk Middleton II (901) 291-7567 or email kirk.a.middleton2.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40-2/W912L7-16-T-0006/listing.html)
- Record
- SN04120594-W 20160520/160518234224-69f1a0013f0f44b9f5ba008b01d9b6e2 (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 |