SOLICITATION NOTICE
X -- Hotel Master BPA New Hampshire Air Guard - Package #1
- Notice Date
- 5/4/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, 157 MSG/MSC, NH ANG, 302 Newmarket ST Bldg 145, PEASE ANGB, New Hampshire, 03803-0157, United States
- ZIP Code
- 03803-0157
- Solicitation Number
- W912TF-18-T-5001
- Archive Date
- 6/9/2018
- Point of Contact
- Sean M Connolly, Phone: 6032251226, Matthew Lapointe, Phone: 603-225-1222
- E-Mail Address
-
sean.m.connolly1.mil@mail.mil, matthew.r.lapointe.mil@mail.mil
(sean.m.connolly1.mil@mail.mil, matthew.r.lapointe.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Full Description Provision & Clauses Price Sheet Description of Agreement Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested, and a full-written solicitation will not be issued. The Government intends to establish multiple Blanket Purchase Agreements (BPAs) as a result of this solicitation. A BPA is not a binding contract, but an agreement; thus prices must be set prior to orders being placed against the BPA. Additionally, either party has the right to terminate or re-negotiate an agreement provided a 30-day notification is given. Finally, the establishment of a BPA does not commit the government to making an award. BPA periods of performance are usually for five years or sooner if either party terminates the agreement or the master BPA dollar limit is met. The Government is issuing W912TF-18-T-5001 as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97 effective 06 Nov 2017. The associated North American Industry Classification System (NAICS) code for this procurement 721110, $32.5 million small business size standard. The USPFO for NH Joint Contracting Office, 302 Newmarket St, Newington, NH 03801 seeks area hotels capable of providing up to 50 rooms for double occupancy and 15 rooms for single occupancy. The Government intends to enter into a BPA for five years (1 June 2018 to 30 May 2023) and the agreement shall be reviewed annually. The performance work statement (PWS), attachment 1, provides a full listing of the qualifications potential offerors should meet in order to be considered for award. Offerors should also review the description of agreement in attachment 2 prior to submitting quotes. If interested in establishing a BPA with the New Hampshire Air National Guard, offerors shall submit the attached quotation sheet (attachment 3) no later than the closing date of this solicitation. In doing so, vendors shall also specify the quantity of rooms available for unit training assembly (UTA) weekends and weekdays as availability may fluctuate monthly. Inclusion into the BPA is based on responsive offerors whose quotes result in the lowest price technically acceptable to the Government. Once established, the government will issue calls among qualified vendors based on availability and lowest price until monthly lodging needs are met. Note, that the Government will not pay more than the annual rates than the annual rates allowed for in the Joint Federal Travel Regulation: Per Diem rate. Preference will be given to hotels offering Per Diem rate or better. Periods of lodging will include Unit Training Assembly (UTA) as prescribed by the New Hampshire Office of the Adjutant General, and Re-scheduled Unit Training Assembly (SUTA). Invoicing shall be done according to the attached PWS (attachment 1) and payment will be made via the Government Purchase Card. Potential offers should also note that their facilities must be located within 20 miles of Pease Air National Guard Base in Newington, NH to be considered for inclusion into the BPA. Also, consideration will be given only to those vendors who provide lodging services directly. Travel agencies are excluded. Finally, all vendors must be U.S. Fire Administration/FEMA compliant. The Government reserves the right to inspect facilities prior to award. The following FAR and DFAR clauses and provisions are incorporated by reference into this solicitation and can be viewed in full-text at http://farsite.hill.af.mil. See attachment 4 for a complete description of all applicable provisions and clauses incorporated by reference and full-text. 52.204-16 Commercial and Government Entity Code Reporting 52.204-22 Alternative Line Item Proposal 52.212-1 Instructions to Offerors- Commercial Items. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. 252.225-7031 Secondary Arab Boycott of Israel 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations andCertifications 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. 52.212-4 Contract Terms and Conditions--Commercial Items. 52.232-36 Payment by Third Party 52.219-4 Notice of Price Evaluation for HUBZone Small Business Concerns 52.219-4 Notice of Price Evaluation for HUBZone Small Business Concerns 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities. 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers With Disabilities 52.222-41 Service Contract Labor Standards 52.222-50 Combating Trafficking in Persons. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-33 Payment by Electronic Funds Transfer-System for AwardManagement. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes. 52.233-3 Protest after Award. 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.204-7003 Control of Government Personnel Work Product. 252.204-7004 Alternate A, System for Award Management. 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.223-7008 Prohibition of Hexavalent Chromium. 252.225-7001 Buy American and Balance of Payments Program. 252.225-7048 Export-Controlled Items. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7010 Levies on Contract Payments. 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items. All quotes shall include the following minimum information: Vendors should provide adequate detail to include PRICING of the following criteria: Number of overnight rooms available, what type, and ability to offer rooms at or below local Government per diem rate. Provide pricing for seasonal weekend and weekday rates; state standard season range. Cage Code, Duns Number, Taxpayer I.D. No., Offerors Reps and Certs, https://orca.bpn.gov Point of Contact, Phone, Fax, Email. To be considered, vendors must also submit the BPA cost sheet (attachment 3). Responses will not be accepted after 1600 EST on 25 MAY 18. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Please submit your responses by submitting your price sheets by email to matthew.r.lapointe.mil@mail.mil or sean.m.connolly1.mil@mail.mil by the response date listed. If you have questions regarding this solution, please contact Matthew R. Lapointe at matthew.r.laponte.civ@mail.mil or by phone at (603)225-1222. You may also contact Sean Connolly at sean.m.connolly1.mil@mail.mil or by phone 603-225-1226. Interested parties must submit all questions NLT 24 MAY 2018, 1600 EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA27-1/W912TF-18-T-5001/listing.html)
- Place of Performance
- Address: Pease ANGB, 302 Newmarket Street, Newington, Nevada, 03801, United States
- Zip Code: 03801
- Zip Code: 03801
- Record
- SN04911441-W 20180506/180504230609-8573aa562615f4f01b6edcf5731ace3c (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 |