SOLICITATION NOTICE
V -- Blanket Purchase Agreement for Commercial Lodging
- Notice Date
- 1/10/2024 7:37:53 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- FA3016 502 CONS CL JBSA LACKLAND TX 78236-5286 USA
- ZIP Code
- 78236-5286
- Solicitation Number
- FA301624Q0012
- Response Due
- 1/19/2024 2:00:00 PM
- Archive Date
- 02/03/2024
- Point of Contact
- Tracey Moore, Phone: 210-957-9448, Ramon Marrufo, Phone: 2102946029
- E-Mail Address
-
tracey.moore.2@us.af.mil, ramon.marrufo@us.af.mil
(tracey.moore.2@us.af.mil, ramon.marrufo@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- * Amedndemnt 0001� The Purpose if thus Amendment Clarify BPA Synopsis and extend the date for offers to 19 jan 4:00 PM This combined Synopis - Solicitation for commercial services prepared for a Blanket Purchase Agreement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-06, Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20231030, and Department Air Force Acquisition Circular (DAFAC) 2023-0707. The Government intends to award to a 100% Set Aside for Small Business Only, the NAICS code that applies is 721110 and the small business size is $40,000,000.00. The 502d Contracting Squadron at Joint Base San Antonio (JBSA)-Lackland, San Antonio, Texas intends to establish up to five (5) pre-priced Blanket Purchase Agreements (BPAs) for commercial lodging for members of the 960th Cyber Wing while performing duty at JBSA-Lackland as part of their monthly Unit Training Assemblies (UTA) the UTA schedule is attachment five (5). Due to the required security inspections and additional required property requirements and inspections the BPAs are only open to offerors who are the owner of the commercial lodging property, or they are the legally contracted management company for that commercial lodging property. Vendors whose offer represent the best overall value to the Government will be considered. Best value will be based on distance of off-base commercial lodging property/facility to JBSA-Lackland and price. Preferred off-base lodging facility must be within 18 road miles of JBSA-Lackland. Attachment 5 is the Fiscal year (FY) 24 UTA scheduled dates that can be utilized to determine the dates rooms might be required. JBSA officials shall visit and inspect commercial off-base lodging establishments, when initially considered for issuance of a BPA, to ensure they meet the inspection and security guidelines. Failure to consent to an inspection will render the vendor non-responsive. Vendors with lodging facilities that fail to meet any or all parts of the inspection and security guidelines will not be considered. Offerors shall provide (1) electronic quote consisting of: 1. Must fill out and submit attachment one (1) Solicitation FA301624Q00120001, required are Blocks 17a and 30a and 30 b. 2. The quoters must review and mark appropriately the boxes pertaining to Clauses FAR 52.204-24 and Clause FAR 52.212-3. 3. Quoters must provide a capability statement and identify they�re a small business registered in SAM.GOV. Quoters shall submit pricing on Attachment 3, Vendor Price List. Vendor price lists shall be updated annually; current price list and subsequent prices shall remain the same for a period of one year. Rates shall not exceed the lodging portion of the local area per diem rate authorized by the Joint Federal Travel Regulation, Volume 1. (https://www.defensetravel.dod.mil/site/perdiemCalc.cfm) 4. Must meet the requirement listed in the Statement of Work and BPA Terms and Conditions, which are contained within the Solicitation attachment one (1). Page 2 of 3 Payment will be paid by Government Purchase card (GPC), Government Travel Card (GTC), or Wide Area Workflow (PIEE/WAWF). All costs associated with the use of these cards (i.e., transaction fees) shall be included in the price identified in the Price List for applicable type of room. In the event issues pertaining to this RFQ package cannot be resolved to the satisfaction of the Contracting Officer (CO), the CO reserves the right to withdraw or cancel this RFQ requirement at no additional cost to the Government. In the event the Government cancels this solicitation, the Government has no obligation to reimburse the quoter for any costs. All quoters must be registered in System for Award Management (http://sam.gov/) to be considered for a Blanket Purchase Agreement. The Unique Entity Identifier (UEI) in SAM must belong to the owner of the commercial lodging property or the authorized contract management company for that commercial property, no other types of offers will be accepted. Any quote, modification, revision, or withdrawal of a quote received after the exact time specified for RFQ is ""late"" and will be handled in accordance with FAR 52.212-l(f). The complete quote must be received not later than 4:00 PM Central Standard Time (CST) on Friday, 19 January 2024 by e-mail to: tracey.moore.2@us.af.mil. All quotes must be typed and be in English. The entire proposal shall be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Please note it is very important that Clauses 52.204-24 and 52.212-3 on solicitation Attachment one (1) be reviewed and the appropriate blocks marked. A quote is not complete without this critical step being completed. Questions regarding this RFQ can be sent to Ms. Tracey Moore at the above noted email address before Monday, 15 January 2024 at 10:00 a.m. CST. It is the quoter's responsibility to check SAM.gov for amendments issued against this RFQ and respond accordingly. Quoters are strongly advised to submit their quotes well in advance of the closing date and time to mitigate the risk of technical difficulty and ensure that the complete quote is timely received. Late submissions, modifications, revisions, and withdrawals of quoters will be handled in accordance with FAR 52.212-1(f). Page 3 of 3 Attachments (5): Attachment 1 Solicitation FA301624Q00120001 Attachment 2 Wage Determination 2012-5253, Rev 21, 7/12/23 Attachment 3 Vendor Price List Attachment 4 BPA Question Form Attachment 5 FY 24 UTA schedule
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/04616ff36fd6492791bbffd2cc71e892/view)
- Place of Performance
- Address: San Antonio, TX 78251, USA
- Zip Code: 78251
- Country: USA
- Zip Code: 78251
- Record
- SN06932004-F 20240112/240110230045 (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 |