Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOLICITATION NOTICE

V -- 133rd June Lodging

Notice Date
5/13/2022 2:20:40 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7M8 USPFO ACTIVITY IAANG 185 SIOUX CITY IA 51111-1396 USA
 
ZIP Code
51111-1396
 
Solicitation Number
W50S72-22-Q-7301
 
Response Due
5/17/2022 9:00:00 AM
 
Archive Date
06/01/2022
 
Point of Contact
Megan McCauley, Phone: 7122330514, Allison N. Harbit, Phone: 7122330512
 
E-Mail Address
megan.mccauley@us.af.mil, allison.harbit@us.af.mil
(megan.mccauley@us.af.mil, allison.harbit@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
13 May 2022 updated date offers due to 17 May 2022 at 11:00 AM central time.� 3 May 2022 updated ""PWS and PRS Lodging"" attachment to reflect check in/check out dates and how many rooms per night. This solicitation, W50S72-22-Q-7301, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-04, effective 30 January 2022. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets or exceeds the minimum specifications. This procurement is set aside 100% for small business. The NAICS code is 721110 and the small business size standard is $35 million.� The Government intends to make a single award as a result of this solicitation; however, multiple awards may be made if determined to be in the Government's best interest. The following commercial service is requested in this solicitation: Minimum Specifications: -Lodging Services in accordance with performance work statement (PWS), to include double occupancy rooms for 58 nights for the following period of performance: 31 May 2022 to 10 June 2022.� See attached PWS for specific check-in and check-out dates. -Contractors may submit multiple hotel locations.� - The Government will perform inspections on all hotels on Wednesday 18 May 2022 to verify compliance with minimum specifications stated in the performance work statement. Submission Requirements: 1.� Offerors shall submit ALL of the following information with their quote on attached vendor information sheet. Company/Offeror Name: Company Tax ID Number: Company P.O.C: POC Phone Number: POC E-Mail: Cage Code or UEI Number: Net Payment Terms (Net 30, unless otherwise noted): 2. Offerors shall submit current health and safety inspection report, current pest management contract information, and latest pest management report. 3. Contractors shall indicate the pricing offered per room/per night, inclusive of authorized surcharges, taxes or fees. The Government is exempt from state and local sales tax, and may be exempt from state and local hotel/motel taxes. If your price includes any type of tax, fee or surcharge, you must provide the citation from your state or local law or tax code that authorizes charging the tax, fee or surcharge to Federal Government direct-bill customers. The maximum rate allowed is the current per diem rate. 4. FAR and DFARS provisions/clauses incorporated into this RFQ and/or the resulting contract(s) are attached in full text provisions and clauses attachment. The full text of the referenced provisions/clauses may be found at http://www.acquisition.gov.� Vendors must submit the Representations and Certifications from, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation, and DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, attached separately for submission convenience (FAR and DFARS Section 889 Representations). 5. Contractors must have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov.� Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you must also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation. 6. Questions regarding this solicitation shall be emailed to MSgt Megan McCauley and 1st Lt Allison Harbit, no later than 11:00 AM Central on Friday, 6 May 2022. Questions and Answers will be consolidated into a single Q&A document on a non-attribution basis and posted to the solicitation. 7. Proposals are due at: 185ARW/MSC ATTN: MSgt Megan McCauley 2920 Headquarters Avenue Sioux City, IA 51111-1300. Proposals may be submitted by mail, hand delivered, or e-mail to megan.mccauley@us.af.mil and allison.harbit@us.af.mil It is the vendor's responsibility to verify that quotes have been received at the Contracting Office prior to the due date and time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/01e40eb1e3da472db8c4d339848acdfb/view)
 
Place of Performance
Address: Fort Dodge, IA 50501, USA
Zip Code: 50501
Country: USA
 
Record
SN06326725-F 20220515/220513230059 (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  © 1994-2020, Loren Data Corp.