Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2021 SAM #7321
SOLICITATION NOTICE

72 -- BPA's for Lodging throughout New York State

Notice Date
12/15/2021 5:35:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7NR USPFO ACTIVITY NY ARNG LATHAM NY 12110-2224 USA
 
ZIP Code
12110-2224
 
Solicitation Number
W912PQ22Q0011
 
Response Due
1/4/2022 8:00:00 AM
 
Archive Date
01/19/2022
 
Point of Contact
Melissa Santoro, Phone: 5187864740
 
E-Mail Address
melissa.santoro2.civ@army.mil
(melissa.santoro2.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Government intends to issue multiple blanket purchase agreements (BPAs) for Lodging Accommodations for the NY National Guard as set forth in the attached Combined Synopsis/Solicitation and Statement of Work (SOW). Please reference solicitation # W912PQ22Q0011 on all correspondence. THIS SOLICITATION IS SET ASIDE 100% FOR SMALL BUSINESS. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in�subpart�12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; capabilities statements are being requested and a written solicitation will not be issued. Solicitation number W912PQ22Q0011 is being issued as a Combined Synopsis/Solicitation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-06. The North American Industry Classification System (NAICS) code is 721110 and the corresponding small business size standard is $35 million. LINE ITEMS Item 0001: Lodging FOB Destination Due Dates: Questions due by: 28 DEC 2021 @ 11:00AM. EST -Shall be submitted, in writing via email, to the points of contact listed below -Responses to questions will be provided in the form of an update to the Combined Synopsis/Solicitation on Contract Opportunities Capabilities statements due by: 04 JAN 2022 @ 11:00AM. EST -Information shall be valid for 180 days after the submission due date - Capability Statements shall be submitted electronically via email to the points of contact listed below and include all criteria in this solicitation. The government may re-issue the solicitation if the locations in the SOW are not fulfilled. NOTICE TO OFFERORS: Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring products or services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly reprocurements. Establishment of a BPA does not guarantee calls will be made. There is no minimum guaranteed quantity. The Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. The Government may request a site visit with any offeror to establish acceptability. Awarded BPA holders undergo annual visits to ensure standards are met. Each BPA will have up to a five (5) year ordering period with a ceiling of up to $900,000.00, the BPA will expire after 5 years or the $900,000 ceiling is reached. BPA calls will have a purchase limit of $249,999.99 per call. The ceiling of each agreement can be increased or decreased at any time by the Contracting Officer (KO) via a bilateral modification to meet current and future requirements. Such instances can include pandemics, natural disasters, and any other reason the Government determines the need for increased or decreased lodging accommodations are needed. Funding is not assigned to the BPA. The Government will only be obligated to the extent of calls placed against an awarded BPA. BPA calls will be competed among BPA awardees with lodging facilities in the desired area by requesting quotes. The Government will rotate vendors under their discretion and vendor availability.� The call will then be placed based on the quote that is most advantageous to the Government. The individual room rates shall not exceed the maximum allowable General Services Administration (GSA) Federal Travel Regulation (FTR) per diem rates for lodging, which can be found at https://www.gsa.gov/travel/plan-book/pre-diem-rates . � The Government reserves the right to cancel this combined synopsis/solicitation, either before or after the closing date. In the event the Government cancels this combined synopsis/solicitation, the Government has no obligation to reimburse an offeror for any costs. In accordance with FAR 52.212-1(g) which is incorporated by reference, the Government intends to evaluate capabilities statements and award a BPA without discussions with offerors. Please review FAR 52.212-1 in its entirety. Offerors must have a current registration in the System for Award Management (SAM) at https://www.sam.gov as of the date of award determination to be eligible for award. Offeror shall ensure all representations and certifications are current in SAM as a condition of award. SAM must also have clause 52.204-26 (Oct 2020), if not complete or older version an 889 will be required. POINTS OF CONTACT: Primary � Melissa Santoro 518.786.4740 melissa.santoro2.civ@army.mil Alternate � Christine Campbell 518.786.4747 christine.i.campbell.civ@army.mil LIST OF ATTACHMENTS: 1. Statement of Work (SOW) including lodging location addresses. 2. Department of Defense Lodging Adequacy Standards 3. Information worksheet (blank) DESCRIPTION OF REQUIREMENTS: The NY National Guard is requesting capability statements for Lodging Accommodations. Please refer to the attached Statement of Work (SOW) for a full description of the items requested. *Note: An evaluation will be conducted against the evaluation criteria and the offerors capabilities statement(s), and a BPA award will be based on the capabilities statement that represents the best value to the Government given the outcome of the evaluation of capabilities statements against the evaluation criteria. Failure to meet a technical requirement may result in an offer being removed from consideration. The government intends on awarding BPA�s until all locations have an acceptable number of BPA�s in place. PRICING. The Government intends on sending a request for quote (RFQ) for each call/order where pricing and availability is verified. All payment will be made via Wide Area Workflow (https://piee.eb.mil/) and or Government Purchase Card (GPC). Each order/call will specify how to invoice. NOTE: If there are changes to the above authorized individuals, a new list will be provided. PAYMENT/INVOICE INFORMATION: All payments will be made by Wide Area WorkFlow (WAWF) and or Government Purchase Card (GPC). Each order/call will specify how to invoice.� See clause DFARS 252.232-7006 contained herein. All task orders placed against this BPA will be funded individually.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/06688d8f24f0492eabe0bb9f38293f2e/view)
 
Record
SN06198422-F 20211217/211215230123 (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.