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
SOURCES SOUGHT

V -- Blanket Purchase Agreement (BPA) - Lodging Statewide - Maine

Notice Date
5/10/2023 7:23:29 AM
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7NC USPFO ACTIVITY ME ARNG AUGUSTA ME 04333-0032 USA
 
ZIP Code
04333-0032
 
Solicitation Number
W912JD-23-Q-0014
 
Response Due
5/31/2023 12:00:00 PM
 
Point of Contact
Darlene Howes, Phone: 2074305608
 
E-Mail Address
darlene.r.howes.civ@army.mil
(darlene.r.howes.civ@army.mil)
 
Description
The U.S. Property and Fiscal Office (USPFO) for Maine is conducting market research to identify contractors capable of providing lodging statewide. This is a service contract to provide lodging to support the Maine Army National Guard (MEARNG) units attending home station individual training events and annual training events throughout the State of Maine. It is responsibility of contractor to ensure all requested requirements are met or exceeded. This is a source sought announcement issued in accordance with FAR Part 10 � Market Research. This is NOT a Request for Proposal (RFP), Request for Quote (RFQ), or an Invitation for Bid (IFB) There is no bid package, solicitation, specifications, or drawings available with this announcement. It DOES NOT constitute a commitment by the U.S. Government or the State of Maine. No contract will be awarded from this source sought notice. Response is strictly voluntary, and NO reimbursement will be made for any cost associated with providing information in response to this source sought or any follow-up information requests. The Government SHALL NOT be liable, or suffer any consequential damages, for any improperly identified information. This is a market survey and notification of intent only. This requirement may be solicited at a future date. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, including Large Business and the Small Business Community, to compete and perform Firm Fixed Price Contracts. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The type of solicitation to be issued will depend upon the responses to this synopsis. The result of this market research will contribute to determining the method of procurement if a requirement materializes. Based on the responses to this source sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. No site visits or an Industry Day has been planned in association to this source sought. The North American Industry Classification System (NAICS) Code for this requirement is 721110 � Hotel (Except Casino Hotels) and Motels and the PSC is V231 � Lodging-Motel/Hotel Project Description: �Lodging:� The Contactor shall provide lodging upon request by the Government. The base room rate shall not exceed the per diem rate per night based on room availability. Provide� double occupancy hotel room (2 - beds per room).� The overall requirement is to provide off-post lodging in support of regularly scheduled drill-weekends which only occurs once a month. (Friday check-in thru Sunday check-out). Additional rooms for other purposes may be required from time to time as determined by the needs of the MEARNG. The total number of personnel requirement rooms will fluctuate depending upon the needs of the Maine Army National Guard. � Rates: Base room rates shall be at or below the Government�s per diem lodging rate for the following zip codes: 04769 � Presque Isle; 04401 � Bangor; 04901 � Waterville; 04330 � Augusta;� 04101 � Portland,� 04011 � Brunswick, 04730 � Houlton and 04073 � Sanford, Maine a night. A complete listing of locations will be published with the official Request for Quote (RFQ). Per diem rates are available at www.gsa.gov. The Federal Government is tax exempt. �Hotel facilities shall be located no farther than 20 miles from the listed zip codes listed above. The Government assumes no liability for any damage cause by travelers. The contractor shall explain to each student that the miscellaneous chargers (such as telephone chargers, pay-per view movies, room service, meals, etc.) are not covered by the BPA and will be charged to and paid by the individual. Personnel who arrive/depart at the hotel on an earlier/later date than scheduled travel date will be responsible for all charges incurred to the schedule arrival date in include room rate. The Government reserves the right to cancel hotel reservations. Notifications must be made within 24 hours of the reserved hotel check-in time. If notification is not made within 24 hours, the Government will pay for (1) one nights stay with the agreed upon negotiated daily rate. � The Contractor shall perform to commercial practices under a Blanket Purchase Agreement (BPA). Period of Performance: 1 October 2023 � 30 September 2025. The BPA Master Dollar Limit: $250,000.00 BPA Call limit is $25,000.00. The total amount of calls placed against this BPA must not exceed the BPA master dollar limit, even if there is time on the period of performance. For the purpose the BPA, a call order is defined as one group reservation, and may consist of multiple rooms for one or multiple nights. The billing period is defined as per call order. Each call order should be billed in it entirety after the last check-out date has occurred. Please provide on company letterhead the following: Company Information (Identify if using a Joint Venture or Partnering). a. Company Name b. Mailing Address c. Contract phone number and email address d. Cage Code e. Unique Entity Identifier (UEID) Number f. Identify any workload constraints regarding the work described in the PWS. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the service listed in the Draft Performance Work Statement (PWS), which is forthcoming.� Capability: Provide your firms capability to perform this requirement. Under the Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 50% of the cost of the contract, no including cost of materials, with their own employees for specialized service type procurement. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Due date of Submission: 31 May 2023 at 3:00pm. �Billing terms. Invoices will be paid via PIEE-WAWF for the individual BPA Call after the end of drill-weekend, no later than monthly. To meet compliance with DFARS 252.232-7003, Electronic Submission of Payment Requests, all Contractors must submit requests for payment (invoices) through PIEE. Additional information and registration for PIEE can be completed online at https://wawf.eb.mil/piee-landing/. Payment will be made by DFAS office designated in the contract. All payments will be made by electronic transfer of funds (EFT). The Government will make payment through PIEE upon satisfactory completion of work and the receipt of a proper certification for payment.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a301ac7939cd421db3cb051d79425ea4/view)
 
Record
SN06678766-F 20230512/230510230118 (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.