SOLICITATION NOTICE
V -- Lodging rooms needed for two nights in June and two nights in Aug - Contract Clauses - W912LA-18-Q-7049_Coversheet - wage determination
- Notice Date
- 5/17/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, National Guard Bureau, 129 MSG/MSC, CA ANG, PO BOX 103/STOP 25, MOFFETT FEDERAL AIRFIELD, California, 94035, United States
- ZIP Code
- 94035
- Solicitation Number
- W912LA-18-Q-7049_Lodging
- Archive Date
- 6/6/2018
- Point of Contact
- Bardia Barmaki, Phone: 6506039274
- E-Mail Address
-
bardia.barmaki.mil@mail.mil
(bardia.barmaki.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- wage determination Cover sheet for vendors to submit quotes for nightly rate. provisions and clauses for solicitation and contract 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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this procurement is W912LA-18-Q-7049 and is hereby issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-97 (6 November 2017). This acquisition is 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) is 721110, "HOTELS (EXCEPT CASINO HOTELS)" is applicable. The Small Business Size Standard is $32,000,000.00. The Government intends to award a firm fixed-price (FFP) contract for all services detailed in Contract Line Item Number (CLIN) 0001 and 0002. CLIN 0001 CONTRACTED QUARTERS - 70 double occupancy room-nights (2 beds) and 40 Single occupancy room-nights (one bed) for each night. Military members will check-in on 1 June 2018 and Check-out on 3 June 2018. Hotel MUST be located within a 10 mile radius of Moffett Federal Airfied, CA. The Offeror may provide rooms at partner or affiliated property, but must meet (or exceed) quality of primary property and be located within the mileage indicated. The Government reserves the right to cancel up to 10% of total contracted room-nights in accordance with the hotel's standard cancellation policy at no cost. All contracted quarters shall conform to Air Force Instruction (AFI) 34-135 Air Force Lodging Program (available from https://www.e-publishing.af.mil/), applicable California Department of Public Health regulations, and California Fire & Safety regulations. CLIN 0002 CONTRACTED QUARTERS - 70 double occupancy room-nights (2 beds) and 40 Single occupancy room-nights (one bed) for each night. Military members will check-in on 3 August 2018 and Check-out on 5 August 2018. Hotel MUST be located within a 10 mile radius of Moffett Federal Airfied, CA. The Offeror may provide rooms at partner or affiliated property, but must meet (or exceed) quality of primary property and be located within the mileage indicated. The Government reserves the right to cancel up to 10% of total contracted room-nights in accordance with the hotel's standard cancellation policy at no cost. All contracted quarters shall conform to Air Force Instruction (AFI) 34-135 Air Force Lodging Program (available from https://www.e-publishing.af.mil/), applicable California Department of Public Health regulations, and California Fire & Safety regulations. The FAR provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition and is incorporated by reference. The FAR provision at 52.212-2, Evaluation-Commercial Items, does not apply to this requirement. All quotes will be evaluated for technical acceptability; those that are determined to be unacceptable will be removed from further consideration. Remaining quotes will be rank ordered from lowest price to highest price with award being made to the concern who's quote is the lowest priced technically acceptable. The FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to the requirement and is incorporated by reference The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. No addenda have been added to this provision. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders, applies to this acquisition. This clause has been incorporated with Deviation 2013-O0019 by reference. Offerors are advised of the additional contract requirements: IAW the Defense FAR Supplement clause at 252.232-7006, Wide Area Workflow Payment Instructions, all invoicing must be submitted via the Wide Area Workflow (WAWF) website. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Questions regarding this solicitation must be received no later than 2:00 PM, 21 May 2018. Submit questions to both email addresses identified below. All proposals must be submitted no later than 4:00 PM, 22 April 2018. It is the offeror's responsibility to ensure their proposal is received by the date and time specified. If your quote is not received at the initial point of entry to the Government (identified below), by the exact date and time specified above, it will be determined late and will not be evaluated.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-3/W912LA-18-Q-7049_Lodging/listing.html)
- Place of Performance
- Address: 680 Macon Rd, Moffett Field, California, 94035, United States
- Zip Code: 94035
- Zip Code: 94035
- Record
- SN04925945-W 20180519/180517230807-700ba1f2c28dd34896075c240a4314ce (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 |