Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2019 SAM #6581
SOLICITATION NOTICE

V -- 184 Wing Lodging BPA

Notice Date
12/4/2019 9:35:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7M9 USPFO ACTIVITY KSANG 184 MCCONNELL AFB KS 67221-9000 USA
 
ZIP Code
67221-9000
 
Solicitation Number
W50S7X-20-R-0001
 
Response Due
12/16/2019 1:00:00 PM
 
Archive Date
12/31/2019
 
Point of Contact
Darin L Brun, Phone: 316-759-7591, Brent E. Geschwentner, Phone: 316-759-7590
 
E-Mail Address
darin.l.brun.civ@mail.mil, brent.e.geschwentner.mil@mail.mil
(darin.l.brun.civ@mail.mil, brent.e.geschwentner.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 184th Wing, Kansas Air National Guard (KSANG), has a requirement to establish a BlanketPurchase Agreement (BPA) for Regular Scheduled Drills (RSD) Lodging in Wichita, KS. The 184th WG intends to enter into a BPA for a period of up to five years (January 1, 2020 to December 31, 2025). This BPA will have a period of performance of five years from date of agreement via issuance of Blanket Purchase Agreement Calls. Please find the attached Vendor Contact Information along with attached Terms and Conditions, Statement of Work, and Proposal Sheet. Please review these documents in their entirety for a complete description of this requirement. Hotels will be expected to meet a minimum of Midscale quality. Economy style hotels will not be considered. Midscale hotels include, but not limited, to Best Western, Extended Stay America, Hampton Inn, Marriott (Town Place Suites, Courtyard). Economy hotels include, but not limited to, Microtel, Days Inn, Super 8, Howard Johnson, and Travelodge.This requirement is a small business set-aside. The North American Industry ClassificationSystem (NAICS) Code is 721110 (Hotels (except Casino Hotels) and Motels) and the Size Standard for Small Business is $32.5 Million. The lodging requirement consists of establishing one or more BPAs, for a period of five years from date of award, to hotels in the local area via issuance of BPA Call Orders. The 184th WG may issue a BPA Call for a one month period or a BPA Call for more multiple months. This agreement will be in effect for a period not to exceed five years commencing on January 1, 2020, 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 eliminates 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 184th WG does not intend to pay for any information provided under this notice. The 184th WG is not obligated to notify respondents of the results of this notice. Period of Performance Period of Performance: January 1, 2020 - December 31, 2025First Dates of Required Lodging: Saturday, January 4th, 2020 and Sunday, January 5th, 2020 Future RSD Dates (May be subject to change) for calendar year 2020:February 1-2, March 7-8, April 4-5, May 2-3, June 6-7, July 11-12, August 1-2, September 12-13,October 3-4, November 7-8, December 5-6This requirement is for single and double occupancy commercial lodging. Over these “RSD weekends”, approximately 60 nights of lodging are typically required in the Wichita, KS area for approximately 95 personnelThe 184th WG intends to award one BPA to the responsible offeror whose offer represents theBest Value to the Government. However, the 184th WG reserves the right to award multiple BPAs under this RFP to meet the requirement. If you are interested in the possible establishment of a BPA for lodging with the 184th WG, please complete Attachment 3: Proposed Price List of the single and double room occupancy rates (per night) for Wichita, KS that your business is offering along with three to five past performance references. Your prices will need to be as low as or lower than the Federal Government’s local per diem/lodging rate for Wichita, KS to be eligible for consideration. Please list all hotels and provide no less than four and no more than six hotels. For this procurement, the Best Value will be made as Lowest Price Technically Acceptable (LPTA). The following factors will be used to evaluate offers: A) Price and B) Past Performance. Price will contribute substantially to the Best Value decision. The 184th WG will evaluate the price & past performance information submitted in each offeror's price proposal. Any other data provided by the offeror with their price proposal, that is not required, will not be considered or evaluated. Price and past performance factors will receive one of the ratings listed below: Acceptable: Proposal clearly meets the requirements of the solicitation. Unacceptable: The proposal does not clearly meet the requirements of the solicitation. Price: Acceptable - will be evaluated Equal to or below the Federal Government’s local per diem/lodging rate for Wichita, KS.Unacceptable - above the Federal Government’s local per diem/lodging rate for Wichita, KS. Past Performance: The 184th WG will determine acceptability based on either Contractor Performance Assessment Reporting System (CPARS) ratings, Federal Awardee Performance and Integrity Information System (FAPIIS), Supplier Performance Risk System (SPRS) or from other sources (if necessary). Recency of past performance is determined by work completed within the past three years. If an offeror has no recent or relevant past performance, past performance will be treated as neutral, resulting in an acceptable rating. If you wish to compete, please complete the attached Proposal Price Sheet and the Vendor Contact Information along with any other required information, directly to the POCs listed below. All offers must list DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. To obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/SAM/. Lack of registration in the SAM database will make an Offeror ineligible for award. Proposals are due no later than Monday, 16 December 2019 at 1500 HRS (3:00 pm) Central Standard Time (CST), as it is the intent of the 184th WG to have an awardee for this BPA identified by 18 December 2019. Points of contact for this acquisition are: MSgt Brent GeschwentnerContract Specialist52955 Jayhawk Dr., Bldg. 65, Suite 153McConnell AFB, KS 67221-9000Email: brent.e.geschwentner.mil@mail.milPh: 316-759-7591 Mr. Darin BrunContracting Officer52955 Jayhawk Dr., Bldg. 65, Suite 153McConnell AFB, KS 67221-9000Email: darin.l.brun.civ@mail.milPh: 316-759-7590 All questions regarding the RFP package must be submitted in writing to the above e-mail addresses by Monday, 9 December 2019 at 1200 HRS (12:00 pm) Central Standard Time (CST). Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered. Please send proposals by email to brent.e.geschwentner.mil@mail.mil and darin.l.brun.civ@mail.mil no later than Monday, 16 December 2019 at 1500 HRS (3:00 pm) Central Standard Time (CST). Late proposals may be rejected at the Contracting Officer's discretion. Attachments Terms and Conditions Statement of Work Proposal Price Sheet Vendor Contact Information Clauses and Provisions FAR 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRED CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION (JAN 2017)FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) FAR 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015)FAR 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (DEVIATION 2018-O0018) (OCT 2018) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (OCT 2018) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (OCT 2018) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-- COMMERCIAL ITEMS (OCT 2019) FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (DEVIATION 2019-O0003) (NOV 2011) FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) FAR 52.222-26 EQUAL OPPORTUNITY (SEP 2016) FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (JAN 2019)FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS (AUG 2018) FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 201) DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)DFARS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) DFARS 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) DFARS 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016) DFARS 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM-- STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (MAR 2018) DFARS 252.225-7000 BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE BASIC (NOV 2014)DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013) DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (MAY 2013) DFARS 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/876c9e0ab5cf4250aeba8874ebb2fbed/view)
 
Place of Performance
Address: KS-04, KS 67221, USA
Zip Code: 67221
Country: USA
 
Record
SN05508695-F 20191206/191204230256 (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 |
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.