Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2019 SAM #6582
SOLICITATION NOTICE

V -- 104th FW Lodging BPA

Notice Date
12/5/2019 6:57:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7NE USPFO ACTIVITY MAANG 104 WESTFIELD MA 01085-1482 USA
 
ZIP Code
01085-1482
 
Solicitation Number
W50S81-20-R-0002
 
Response Due
12/18/2019 11:00:00 AM
 
Archive Date
01/02/2020
 
Point of Contact
MSgt Freeman Knowlton
 
E-Mail Address
usaf.ma.104-fw.list.fal-msc-contracting@mail.mil
(usaf.ma.104-fw.list.fal-msc-contracting@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for LODGING for the 104th Fighter Wing (FW), Barnes Air National Guard Base, Massachusetts. This announcement is prepared in accordance with the format in FAR Subpart 12.6, and Part 13 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quotes (RFQ); solicitation number W50S81-20-R-0002.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06. It is the responsibility of the offeror to review the web site for notice of amendments, updates or changes to the solicitation.The Government intends to award multiple firm-fixed price Blanket Purchase Agreements for long term lodging of personnel as defined within the Performance Work Statement (PWS) as a result of this solicitation. The associated North American Industrial Classification System (NAICS) code for this requirement is 721110, "Hotels (Except Casino Hotels)," with a size standard of $35M.This is a 100% small business set-aside with a geographical restriction.Basis for award is Lowest Price Technically Acceptable. Vendors shall submit their response to the Request for Quotes in two volumes entitled Volume I - Company Name with price listing and Volume II - Company Technical Capability Statement (PDF document that outlines your company's capabilities to successfully meet the scope of the Performance Work Statement).The geographical restriction for this requirement is within a 15-mile radius. The lodging facility shall be located within a 15-mile radius, as viewed from a map, from the 104th Fighter Wing, 175 Falcon Drive, Westfield, MA, 01085.This requirement shall require offerors to furnish rooms and related services for the 104th Fighter Wing personnel and others as designated in the PWS, participating in supporting Inactive Duty Training (IDT).The period of performance for this requirement is 2 years from award - approximately 1 January 2020 - 31 December 2021.All potential offerors are reminded that compliance with FAR 52.204-7, System for Award Management (SAM), is mandatory. Lack of registration in SAM will make an offeror ineligible for award. Registration for SAM can be completed at https://www.sam.gov.The Government reserves the right and may award based solely on information contained in the quote and is not obligated to seek completion or clarification if the original quote is unclear. All quotes submitted shall be the Contractor's Best Quote as it is in the Government's intent to entertain one (1) final quote only.All Requests for Information (RFI) concerning this procurement, either technical or contractual must be submitted in writing, via email, to the Contracting Office. Telephone and other means of oral communication will not be permitted. The deadline for submittal of RFIs regarding this solicitation is 2:00 PM Eastern Time Zone (ETZ) on 10 December 2019. Answers to RFIs will be provided no later than (NLT) 2:00 PM Eastern Time Zone (ETZ) on 13 December 2019. Questions shall be sent by email to the following point of contact:MSgt Freeman KnowltonContract Specialist Email: usaf.ma.104-fw.list.fal-msc-contracting@mail.milQuotes must be received no later than 2:00 PM Eastern Time Zone (ETZ) on 18 December 2019. Quotes received after this time frame shall not be considered for award. The proposer agrees to hold the quote prices firm for 1 year from the date of quote. Quotes shall be emailed to:MSgt Freeman KnowltonContract Specialist Email: usaf.ma.104-fw.list.fal-msc-contracting@mail.milTERMS AND CONDITIONS PREPRICED BLANKET PURCHASE AGREEMENT1. NEGOTIATION AUTHORITY: The issuance of individual calls under this blanket purchase agreement will be made under the authority of 10 USC 2304 (g).DESCRIPTION OF AGREEMENT: The vendor shall provide double or single occupancy hotel rooms, subject to availability, if and when called for by the Contracting Officer or Government Designated Representative during the period specified. Hotel facilities shall be located within a 15 mile radius from the 104th Fighter Wing, 175 Falcon Drive, Westfield, MA, 01085.(a) This Agreement, including Paragraphs a and b hereof, may be modified or may be canceled in its entirety by either party upon thirty (30) days written notice to the other party, except that this Agreement may be canceled by the Government at any time if the parties fail to agree upon any deletion, amendment or addition to this Agreement which is required by statute, Executive order, the FAR and/or this Supplement. No deletion, modification, addition to, or cancellation of, this Agreement shall affect any contracts therefore entered into between the parties in which this Agreement or portion thereof has been incorporated by reference.(b) This Agreement shall be reviewed, as a minimum, annually before the anniversary of its effective date, and revised to conform to all requirements of statues, Executive orders, or the FAR and this Supplement. This revision shall be evidenced by an agreement modifying this BPA or by the issuance of a superseding BPA.2. EXTENT OF OBLIGATION: The Government is obligated only to the extent of authorized calls actually placed against this blanket purchase agreement and shall not be liable in any manner in the event no calls are made.3. PRICING: The Vendor hereby warrants that the prices to the Government shall be fair and reasonable. The Vendor will furnish the Contracting Officer (see BPA Price Listing) a price list in 1 copy for lodging services proposed to be furnished under this Agreement. The listing must be identified with the BPA number, and must be for a specific period, i.e. 1 AUG 19 through 31 JULY 20. No price changes may be made unless approved by the Contracting Officer. If prices are expected to change frequently, the Contractor must provide monthly price lists to arrive in the Contracting office prior to the effective date of the change. Call will be made for only the items that appear on the APPROVED PRICE LIST. Negotiation or solicitation for prices and additional requirements will be conducted by the Contracting Officer only.4. PURCHASE (CALL) LIMITATION: No individual purchase (call) placed against this agreement shall exceed $10,000.00. Total Calls placed against this agreement shall not exceed $205,000.00. For the purposes of this BPA, a call order is defined as the aggregate total of room nights in a billing period. The billing period is the first day through the last day of each month. If a room reservation crosses from one month into another, the appropriate billing period shall be based on the check-out date.5. NOTICE OF INDIVIDUALS AUTHORIZED TO PLACE CALLS: A list of individuals authorized to place calls under this agreement identified by office, phone number and email, will be furnished by separate letter. Calls received from personnel not so listed will not be honored.6. INVOICES: All shipments or deliveries under this agreement will be accompanied by an Invoice which shall contain the following minimum information:(1) Name of Hotel(2) Blanket Purchase Agreement Number and Call Number (such as W50S81-20-A-0002, W50S81-20-A-0002-0001, etc.). The last four digits represent the call number.(3) Date of Purchase (Call)(4) Itemized list of Services Furnished; i.e. Number of hotel rooms charged for occupancy with respective guest names per each room(5) Price/per night-less applicable discounts(6) Dates of Lodging(7) Name of Authorized Individual Whom Placed CallSubmit invoices via email to: All individuals authorized to place calls under this agreement as indicated in the letter furnished by the Contracting Officer.A summary invoice shall be submitted within 5 days of completion of each call or upon expiration of this Blanket Purchase Agreement, whichever occurs first, for all deliveries made during a billing period.7. METHOD OF PAYMENT: The method of payment will be made via the Government Purchase Card (GPC). Only one credit card payment will be authorized per week and will be charged in bulk after services have been rendered. Under no circumstances can the credit card invoices exceed the amount of the Call (order). If the contractor invoices exceeds the amount of the Call (order), the Government is not responsible for those expenses, those expenses shall be covered by the contractor.The secondary method of payment for transactions over the GPC Micro-Purchase Threshold will be made via Electronic Funds Transfer (EFT). Invoices must be submitted via Wide Area Work Flow. Orders for the Air Guard that utilize WAWF, will include the contract clause DFARS 252.232-7006 - Wide Area Work Flow Payment Instructions. The invoice can be submitted only after services have been rendered. Under no circumstances can the invoices exceed the amount of the call (order). If the contractor invoices exceeds the amount of the Call (order), the Government is not responsible for those expenses, those expenses shall be covered by the contractor.PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference and by full text. FAR and DFARS clauses and provisions can be read in their full text at: https://www.acquisition.gov/. The clauses are to remain in full force in any resultant contract or agreement. It is the contractor's responsibility to become familiar with the applicable provisions and clauses.PROVISIONS INCORPORATED BY REFERENCE52.204-7 System for Award Management52.204-16 Commercial and Government Entity Code Reporting52.204-17 Ownership or Control of Offeror52.204-22 Alternative Line Item Proposal52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment252.203-7005 Representation Relating to Compensation of Former DoD Officials252.204-7008 Compliance with Safeguarding Covered Defense Information ControlsPROVISIONS INCORPORATED BY FULL TEXT52.212-3 Alt I Offeror Representations and Certifications-Commercial Items Alternate I52.252-1 Solicitation Provisions Incorporated by Reference: https://www.acquisition.gov/52.252-5 Authorized Deviations in Provisions: Defense Federal Acquisition Regulation Supplement (48 CFR, Chapter 2)CLAUSES INCORPORATED BY REFERENCE52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards52.204-13 System for Award Management Maintenance52.204-18 Commercial and Government Entity code Maintenance52.204-19 Incorporation by Reference of Representations and Certifications52.204-21 Basic Safeguarding of Covered Contractor Information Systems52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developedor Provided by Kaspersky Lab and Other Covered Entities52.204-25 Prohibition on Contracting for Certain Telecommunications and VideoSurveillance Services or Equipment.52.209-6 Protect the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.209-10 Prohibition on Contracting with Inverted Domestic Corporations52.217-8 Option to Extend Services52.217-8 Option to Extend Term of the Contract52.219-6 Notice of Total Small Business Set-Aside52.219-28 Post-Award Small Business Program Representation52.222-3 Convict Labor52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.222-36 Equal Opportunity for Workers with Disabilities52.222-41 Service Contract Labor Standards52.222-42 Statement of Equivalent Rates for Federal Hires52.222-50 Combating Trafficking in Persons52.222-55 Minimum Wages Under Executive Order 1365852.222-62 Paid Sick Leave Under Executive Order 1370652.223-15 Energy Efficiency in Energy-Consuming Products52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving52.225-13 Restrictions on Certain Foreign Purchases52.232-36 Payment by Third Party52.232-39 Unenforceability of Unauthorized Obligations52.232-40 Providing Accelerated Payments to Small Business Subcontractors52.233-3 Protests After Award52.233-4 Applicable Law for Breach of Contract Claim252.203-7000 Requirements Relating to Compensation of Former DoD Officials252.203-7002 Requirement to Inform Employees of Whistleblower Rights252.232-7003 Electronic Submission of Payment Requests and Receiving Reports252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support252.225-7048 Export-Controlled Items252.232-7009 Mandatory Payment by Government wide Commercial Purchase Card252.232-7010 Levies on Contract Payments252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel252.244-7000 Subcontracts for Commercial Items252.247-7023 Transportation of Supplies by SeaCLAUSES INCORPORATED BY FULL TEXT52.212-1 Instructions to Offeror-Commercial, applies to this acquisition and a successful Offeror will address all items within the addenda of this provision.52.212-2 Evaluation--Commercial Items, is applicable. Basis for award is Lowest Price Technically Acceptable. The Government intends to make multiple firm-fixed priced awards. The following commercial items is requested in this solicitation:Vendors shall submit their Response to the Request for Quotes in two volumes entitled Volume I -Company Name Price Listing, Volume II - Company Technical Capability Statement (PDF document that outlines your company's capabilities, experience and ability to successful meet the scope of the Performance Work Statement).52.212-4 Contract Terms and Conditions -- Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2018- O0021) (JAN 2017)52.252-2 Clauses Incorporated by Reference: https://www.acquisition.gov/52.252-6 Authorized Deviations in Clauses: Defense Federal Acquisition Regulation Supplement (48 CFR, Chapter 2)252.204-7006 Billing Instructions252.232-7006 Wide Area Work Flow Payment Instructions
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cac1661df6044449a7b1ce22d2414c4c/view)
 
Place of Performance
Address: 76030, MA 01085-1482, USA
Zip Code: 01085-1482
Country: USA
 
Record
SN05510019-F 20191207/191205230246 (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.