Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2023 SAM #7836
SOLICITATION NOTICE

V -- 159TH LODGING - MAY

Notice Date
5/10/2023 2:06:25 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7NB USPFO ACTIVITY LA ARNG PINEVILLE LA 71360-0000 USA
 
ZIP Code
71360-0000
 
Solicitation Number
W50S7Z23Q0023
 
Response Due
5/12/2023 10:00:00 AM
 
Archive Date
05/27/2023
 
Point of Contact
JONATHAN MARAGGUN, Phone: 504-391-8371, JOHN KATTENGELL, Phone: 504-391-8369
 
E-Mail Address
jonathan.maraggun.1@us.af.mil, JOHN.KATTENGELL.3@US.AF.MIL
(jonathan.maraggun.1@us.af.mil, JOHN.KATTENGELL.3@US.AF.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
W50S7Z-23-Q-0023 for Contract lodging PSC V231 �Transportation/Travel/Relocation�Travel/Lodging/Recruitment: Lodging, Hotel/Motel, the NAICS Category is 721110 and the Wage Determination is 2015-5189 The NAICS size standard is: $40 million per SBA March 17, 2023, regulation version Quotes or Proposals (offers) will be delivered via email to 159.FW.FAL.MSC.Contracting@us.af.mil by the time and date listed on the posting. 1. This is a combined synopsis/solicitation for commercial lodging services prepared in accordance with the format in FAR part 12, 15 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. Please see attached Description. All potential vendors must be registered and active with no exclusions in Systems for Award Management (sam.gov). Payment will be made via electronic invoicing PIEE/WAWF. 2. The solicitation number is listed and is hereby issued as a request for quotation (RFQ) 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-03 published in the Federal Register on April 26, 2023 4. The set-aside is for small business for the associated, listed NAICS Category 5. Description of requirements for the services to be acquired: see above and attached description document. 6. The provision at 52.212-1, Instructions To Offerors�Commercial Products And Commercial Services (Mar 2023) 7. 15.101-2, Lowest price technically acceptable source selection process. (a) Best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price from a responsible vendor IAW FAR 9.103 (b)Using the lowest price technically acceptable process, Proposals are evaluated for acceptability but not ranked using the non-cost/price factors; the following apply: (1) The evaluation factors are: technical acceptability IAW PWS and responsibility. Award will be made based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Past performance (FAR 9.104-6) and responsibility shall be considered IAW FAR Part 9, https://www.acquisition.gov/far/9.100 8. Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. 9. The clause at 52.212-4 Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items) applies to this acquisition and a statement regarding any addenda to the clause. 10. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, MAY apply to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. 11. Additionally: LA ANG requires the following: a. Company must have an, �active,� SAM status, and provide the Tax ID number and CAGE code and UEI. b. Adherence to List of Attachments and direction therein c. Product must be in accordance with (IAW) applicable industry standards d. Company shall accept invoicing via WAWF/PIEE (currently primary method) or government purchase card for payment after government has received proper invoice in accordance with attached PWS or mutual understanding. e. Vendor responsibility and performance record will be reviewed prior to award. Responsibility shall also be determined IAW FAR 9.103 f. Quotes shall be valid for 90 calendar days, starting from the day of receipt date g. It is the interested Offeror's responsibility to check email for updates h. Basis for Award IAW FAR 13.303: The agreement will be made with contractors meeting qualifications in accordance with attached PWS. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition 12. The date, time and place offers are due is listed 13. The name and email address of the individual to contact for information regarding the solicitation is listed 14. 3rd Party vendors must not decrease or inhibit performance, as compared to a internally managed brick and mortar hotel. 15. This is subject to the Service Contract Act. 16. Provisions and potential clauses: the Contractor shall comply with the FAR clauses as being incorporated in this contract by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items when applicable per the item, proposed contract type and regulation: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) [Reserved] 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313) [Reserved] 52.211-10 Commencement, Prosecution, and Completion of Work. 52.211-13 Time Extensions. 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 52.217-7 Option for increased quantity-separately price line item 52.217-8 Option to Extend Services 52.217-9 Option to extend the term of the contract 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793). 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-41 Service Contract Labor Standards. 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.232-36, Payment by Third Party More Clauses/Provisions: 52.204-7 ""System for Award Management"" 52.204-13 ""System for Award Management Maintenance"" 52.204-16 ""Commercial and Government Entity Code Reporting"" 52.204-18 ""Commercial and Government Entity Code Maintenance"" 52.204-19 ""Incorporation by Reference of Representations and Certifications"" 52.209-2 ""Prohibition Contracting with Inverted Domestic Corporations Representation"" 52.209-10 ""Prohibition on Contracting with Inverted Domestic Corporations"" 52.209-11 ""Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law"" 52.225-3 ""Buy American -- Free Trade Agreements -- Israeli Trade Act. (Alternate III)"" 52.232-18 Availability of Funds 52.232-40 ""Providing Accelerated Payments to Small Business Subcontractors."" 52.233-4 ""Applicable Law for Breach of Contract Claim"" 252.204-7008 ""Compliance With Safeguarding Covered Defense Information Controls"" 252.204-7012 ""Safeguarding Covered Defense Information and Cyber Incident Reporting"" 252.209-7999 ""Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law-Fiscal Year 2016 Appropriations"" 252.211.7003 ""Item Unique Identification and Valuation."" 252.213-7000 ""Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations"" 252.225-7036 ""Buy American-Free Trade Agreements--Balance of Payments Program-- Alternate IV"" 252.232-7003 ""Electronic Submission of Payment Requests and Receiving Reports"" 252.232-7006 ""Wide Area Workflow Payment Instructions"" 252.232-7010 ""Levies on Contract Payments"" 252.244-7000 ""Subcontracts for Commercial Items"" 252.246-7008 ""Sources of Electronic Parts"" 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/22553fedea224dad8c43118cf6f5eed7/view)
 
Place of Performance
Address: New Orleans, LA 70143, USA
Zip Code: 70143
Country: USA
 
Record
SN06677971-F 20230512/230510230112 (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.