Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 26, 2021 SAM #7300
SOLICITATION NOTICE

V -- 168th Lodging BPAs

Notice Date
11/24/2021 2:15:13 PM
 
Notice Type
Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7MU USPFO ACTIVITY AKANG 168 EIELSON AFB AK 99702-1794 USA
 
ZIP Code
99702-1794
 
Solicitation Number
W50S6K22Q0001
 
Response Due
12/17/2021 3:00:00 PM
 
Archive Date
01/01/2022
 
Point of Contact
Jeffery Porter, Phone: 9073778743, Rachel E. Clark, Phone: 9073778742
 
E-Mail Address
jeffery.porter.4@us.af.mil, Rachel.clark.14@us.af.mil
(jeffery.porter.4@us.af.mil, Rachel.clark.14@us.af.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
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 only solicitation; proposals are being required and a written solicitation will not be issued. Federal Acquisition Circular 2021-07 This solicitation, W50S6K-22-Q-0001, is being issued as a Request for Quote (RFQ). The 168th Wing, Alaska Air National Guard (AKANG), has a requirement to establish one or more Blanket Purchase Agreements (BPA) for lodging to support personnel assigned to Eielson AFB Alaska.� Each BPA is anticipated to have an ordering period of five years from the date of agreements.� Please find the attached Master Agreement Terms and Conditions.� Please review these documents in their entirety for a complete description of this requirement. This requirement is partial small business set-aside up to 2 BPAs will be for small business.� The North American Industry Classification System (NAICS) Code is 721110, Hotels (except Casino Hotels), and the Small Business Size Standard is $32.5M.� The lodging requirement consists of establishing two or more BPAs, for a period of five years from date of award, to hotels in the local area via issuance of BPA Calls.� The 168th Wing may issue a BPA Call for a period of days, weeks, or months depending on the requirement. 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 and costly recurring purchase orders.� There is no minimum guaranteed quantity.� All BPA Calls must be acknowledged by the selected vendor before performance.� The 168th Wing does not intend to pay for any information provided under this notice.� The 168th Wing is not obligated to notify respondents of the results of this notice. BPA Period of Performance:� 1 January 2022 � 31 December 2027 First Dates Required Lodging: �Winter 2022 This requirement is for single and double occupancy commercial lodging in the Fairbanks, Alaska Area. Only hotels with in this area will be considered for a BPA award. The 168th Wing intends to issue a BPA to responsible offerors whose offer represents the best value to the Government.� The 168th Wing reserves the right to award multiple BPAs under this solicitation to meet the Government�s requirement.� If you are interested in the possible establishment of a BPA under this solicitation, please complete and return Attachment 3, providing your best available rates, with seasonal changes as appropriate.� Your prices will need to be as low as or lower than the Federal Government�s local per diem/lodging rate for Eielson AFB Alaska. Maximum Per Diem Rates (Source: https://www.defensetravel.dod.mil/site/perdiemCalc.cfm) State: Alaska Locality: Eielson AFB Maximum Lodging (05/16 - 09/30): $154/day Maximum Lodging (�� 10/01 - 05/15): $79/day Locality: Fairbanks Maximum Lodging (05/16 - 09/30): $154/day Maximum Lodging (�� 10/01 - 05/15): $79/day For this procurement, the Government will evaluate offers based on best value.� In order to be considered for a BPA, your company must respond with lodging rates that are as low as or lower than the Federal Government�s local per diem/lodging rate.� The 168th Wing reserves the right to award multiple BPAs under this solicitation to meet the Government�s requirement. If you wish to compete, please complete all required attachments and return directly to the points of contact listed below.� Lack of registration in SAM.gov will make an offeror ineligible for award. All questions regarding this solicitation must be submitted via email to the below personnel not later than 15 Dec 2021 at 12:00PM Alaskan.� Any questions asked over the phone will not be answered.� Any questions received after this date and time may not be answered. Offers are due not later than 17 Dec 2021 at 3:00PM Alaskan.� Please respond by email to the below personnel. FAR 52.212-1 Instructions to Offerors -- Commercial Items (DEVIATION 2018-O0018) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: To assure timely and equitable evaluation of the quotes, the Quotors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. If awarded the contract the contractor is required to submit a signed copy of the contract confirming receipt of the contractual document within two (2) Business days. Specific Instructions:� The response shall consist of two (2) separate parts: Part 1 � Technical Acceptability � Submit one (1) copy of technical acceptability narrative that responds to the requirements to include proposed location. Part 2 � Price - Submit one (1) copy of price schedule and any pertinent additional information. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the Best Value IAW FAR 13.106-1 (a) (2). Technical Acceptability, at a minimum, is defined as meeting all specific instructions and completing the attached pricelist Attachment 1. Price and technical acceptability will be considered. FAR 52.212-2 Evaluation -- Commercial Items this provision has been tailored to this procurement and is provided in full-text below: The Government will award a purchase order resulting from this solicitation to whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered to include location of hotel. The following factors shall be used to evaluate quotes: Technical acceptability will consist of meeting all specific instructions and completing the attached pricelist. Price Past Performance � Technical acceptability: The government will evaluate quotes on the basis of whether or not the provided quote is technically acceptable. Price: Total evaluated price. Interested parties are reminded that this is a Best Value procurement and lowest price does not constitute award. Past Performance: Past Performance will be evaluated in accordance FAR 13.106-2(b)(3)(ii)(C) - information received by Past Performance Information System and FAR 13.106-2(b)(3)(ii)(D) � Any other reasonable basis. The contracting officer may use his/her previous experience with the service being acquired. Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items is hereby incorporated by reference, with the same force and effect as if it were given in full text. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: Points of Contact MSgt Cheyenne K. Youngbird Contract Specialist 375 Tanker Rd Eielson AFB AK 99702 Email:� cheyenne.youngbird.1@us.af.mil Phone:� (907)377-8741 SMSgt Jeffery G. Porter Contracting Officer 375 Tanker Rd Eielson AFB AK 99702 Email:� jeffery.porter.4@us.af.mil Phone:� (907)377-8740 3 Attachments: 1.� Master Agreement 2. Full Text Provisions and Clauses 3. Price List with vendor information.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c3b344aa8cc848cf841cbdd09dc13572/view)
 
Place of Performance
Address: Fairbanks, AK 99701, USA
Zip Code: 99701
Country: USA
 
Record
SN06185116-F 20211126/211124230118 (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.