SOLICITATION NOTICE
V -- NVANG UTA Lodging from January 2020 - April 2020
- Notice Date
- 11/21/2019 4:05:43 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- W7NM USPFO ACTIVITY NVANG 152 RENO NV 89501-4494 USA
- ZIP Code
- 89501-4494
- Solicitation Number
- PANNGB20P0000002425
- Response Due
- 12/20/2019 1:00:00 PM
- Archive Date
- 01/04/2020
- Point of Contact
- Alex T. Norris, Phone: 7757884663, Keith Trimble, Phone: 7757884668
- E-Mail Address
-
alex.t.norris.mil@mail.mil, keith.a.trimble.mil@mail.mil
(alex.t.norris.mil@mail.mil, keith.a.trimble.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/SolicitationRequirement Title: NVANG 2020 Annual LodgingSolicitation Number: PANNGB-20-P-0000 002425Solicitation Issue Date: Thursday, 21 November 2019Response Deadline: Friday, 20 December 2019 no later than 1:00 PM Pacific Standard Time (PST)Purchasing Office: 152 MSG/MSC 1776 National Guard Way Reno, NV 89502Point(s) of Contact: Contracting Officer - Alex Norris / alex.t.norris.mil@mail.mil (775) 788-4663General Information1. 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.2. This solicitation is being issued as a(n) Request For Quotation (RFQ).3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisiton Circular 2020-01 , Defense Federal Regulation Public Notice 20190531 , and Army Federal Acquisition Circular Revision #28, 10 Sep 2019 The North American Industry Size Classification System (NAICS) code associated with this requirement is 7211104. This requirement is solicited under, Total small-business set-aside, will be used in accordance with FAR 19.000(b).Requirement InformationDescription:The Nevada Air National Guard has a requirement to provide 3 star lodging accommodation services from January 2020 to April 2020 with confirmed dates identified in the performance work statement paragraph 1.3 and the specified amount of rooms. The hotel shall provide the indicated amount of rooms with double and single occupancy bed combinations for each month. Federal sales tax exempt. FAR 52.232-18: Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. In the event of a government shutdown the dates may be adjusted for when the government is operating and the hotel dates shall be re-scheduled for the new dates at the same quoted rate. See attachment 1 - Performance Work Statement (PWS) for the requirement to be performed and minimum standards. See attachment 4 - Wage Determination for standard rates. Funds are not presently available for this contract.Place of Delivery/Performance/Acceptance/FOB Point:F.O.B. Destination; Performance shall be at contracted quarters within 20 miles from the Nevada Air National Guard based located at 1776 National Guard Way Reno NV 89502.Line Item Description Quantity Unit of Measure0001 Lodging from January 2020 to April 2020 (8 days) IAW PWS. 4 Months0002 Contract Manpower Reporting (eCMRA) Base 1 JobInstructions to OfferorsFAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein: 1. Quotes in response to this solicitation must be submitted no later than 20 December 2019 at 1:00 PM PST. Quotes must be submitted via email to alex.t.norris.mil@mail.mil.2. All price quotations must be submitted on Attachment 2 - Quote Sheet and it must be filled in entirely; all technical submissions must be submitted on a separate document and no longer than 5 pages single sided. Submit one (1) copy of any subcontracts or agreements where third party are concerned. One (1) copy of the completed Attachment 4, FAR 52.222-52 Certification.Evaluation CriteriaFAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and hereby amends any language therein: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:TECHNICAL CAPABILITY - Technical submission or any of the subcontracts/agreements where third party is concerned clearly identify the capability of providing the required amount of rooms for the specifics dates. Quotations that do not meet this requirement will be considered unacceptable and therefore under the evaluation process will not be considered for award.PRICE - Price will be evaluated on a comparative basis amongst all received quotations, the Government's estimate, the completed FAR 52.222-52 Certification, and/or other authorized methods in FAR 13.106-3(a). Evaluation of price will consider the total of the prices, as the sum of the prices of all contract line items (CLINs). Each CLIN price will be evaluated as the quantity multiplied by the unit price, rounded to the nearest cent.(b) The Government intends to make an award without conducting communications. However, the Government reserves the right to enter into communications with some, all or none of the vendors regarding their quote at any time during the evaluation if deemed in the best interest of the Government.Clauses and ProvisionsFAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation.FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition.FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition; the following checked clauses are hereby included by reference:? 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards?52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment? 52.222-19, Child Labor--Cooperation with Authorities and Remedies? 52.222-21, Prohibition of Segregated Facilities? 52.222-26, Equal Opportunity? 52.222-36, Equal Opportunity for Workers with Disabilities? 52.222-50, Combating Trafficking 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 Award ManagementThe provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The following provisions and clauses are hereby included by reference:52.203-18, Prohibition on Contracting With Entities that Require Certain Internal Confidentiality Agreements or Statements- Representation52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements52.204-7 System for Award Management52.204-9, Personal Identity Verification of Contractor Personnel52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards52.204-13, System for Award Management Maintenance52.204-16, Commercial and Government Entity Code Reporting52.204-18, Commercial and Government Entity Code Maintenance52.204-19 Incorporation by Reference of Representations and Certifications52.204-21, Basic Safeguarding of Covered Contractor Information52.204-22, Alternative Line Item Proposal52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment52.209-7, Systems Information Regarding Responsibility Matters52.219-6 (Dev), Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003)52.222-3, Convict Labor52.222-41, Service Contract Labor Standards52.222-52, Exemption from Application of the Services Contract Labor Standards to Contracts for Certain Services--Certification52.222-55, Minimum Wages Under Executive Order 1365852.222-62, Paid Sick Leave Under Executive Order 1370652.232-39, Unenforceability of Unauthorized Obligations52.232-40, Providing Accelerated Payments to Small Business Subcontractors52.233-3, Protest After Award52.233-4, Applicable Law for Breach of Contract Claim52.243-1, Changes--Fixed Price52.249-1, Termination For Convenience Of The Government (Fixed Price) (Short Form)52.252-2, Clauses incorporated by Reference52.252-6, Authorized Deviations in Clauses252.201-7000, Contracting Officer's Representative252.203-7000, Requirements Relating to Compensation of Former DoD Officials252.203-7002, Requirement to Inform Employees of Whistleblower Rights252.203-7005, Representation Relating to Compensation of Former DoD Officials252.204-7000, Disclosure of Information252.204-7003, Control Of Government Personnel Work Product252.204-7006, Billing Instructions252.204-7008, Compliance With Safeguarding Covered Defense Information Controls252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations252.232-7003, Electronic Submission of Payment Requests and Receiving Reports252.232-7006, Wide Area WorkFlow Payment Instructions252.232-7010, Levies on Contract Payments252.243-7001, Pricing Of Contract Modifications252.244-7000, Subcontracts for Commercial Items52.222-42 Statement for Equivalent rates for Federal HiresIn compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATIONEmployee Class: 11000-General Services and Support Occupations plus Fringe Benefits(End of clause)AttachmentsAttachment 1 - Performance Work StatementAttachment 2 - Quote SheetAttachment 3 - FAR 52.222-52 CertificationAttachment 4 - Wage Determination
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8b90abdf56b64a5dabd6f417f5bf0b1f/view)
- Place of Performance
- Address: 60600, NV 89502, USA
- Zip Code: 89502
- Country: USA
- Zip Code: 89502
- Record
- SN05500595-F 20191123/191122081738 (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 |