Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 21, 2024 SAM #8090
SOLICITATION NOTICE

V -- BPA - Ft. Meade, MD Lodging Accommodations

Notice Date
1/19/2024 6:24:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA860124R0015
 
Response Due
1/26/2024 10:00:00 AM
 
Archive Date
02/10/2024
 
Point of Contact
Jennifer Blackford, Ljuan Benbow
 
E-Mail Address
jennifer.blackford@us.af.mil, ljuan.benbow.1@us.af.mil
(jennifer.blackford@us.af.mil, ljuan.benbow.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation (""synopsitation"" hereafter), which is expected to result in the issuance of three (3) Blanket Purchase Agreements (BPA) for Lodging Accommodations (Five (5) Year Agreement), as described under the attachment titled ""Statement of Work (SOW) for Commercial Quarters (Lodging Accommodations)"". This synopsitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, 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. The solicitation is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). An award, if any, will be made to the responsible offeror who submits a proposal that: Conforms to the requirements of the synopsitation; complies with the requirements of the Statement of Work (as evidenced by providing a complete description of the equipment/supplies to be provided; and that submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is determined to be fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon: (1) the quality of proposals received and (2) whether proposed prices are determined to be fair and reasonable. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2023-02, Effective Date: 02/14/2023 The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the provision. The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, is used, and the specific evaluation criteria to be included in paragraph (a) of that provision. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with the offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.� The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. This acquisition is 100% Small Business Set-aside under North American Industry Classification (NAICS) Code: 721110, Small Business Size Standard: $40M. Synopsitation Number : FA860124R0015 Synopsitation Closing Date: Proposals must be received not later than 1:00 pm., Eastern Time on 26 January 2024.� (The quote shall be effective for 60 days after submission of quote) Submit electronic proposals via e-mail to: Jennifer Blackford at jennifer.blackford@us.af.mil AND Ljuan Benbow at ljuan.benbow.1@us.af.mil. Any correspondence sent via e-mail must contain the subject line ""Synopsitation FA860124R0015, Lodging Accommodations "" The entire proposal must be contained in a single e-mail that does not exceed 5MB (megabytes) including attachments, if any.� E-mails with compressed files are not permitted.� Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files).� Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson.� If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent.� The email filter may delete any other form of attachments.� **Due to the Department of Defense Firewall, it strongly advised to email the POCs identified in this Synopsitation to verify that proposal was received prior to the cut-off date.** Address questions regarding this synopsitation to Jennifer Blackford at jennifer.blackford@us.af.mil AND Ljuan Benbow at ljuan.benbow.1@us.af.mil A detailed description of the requirement including provisions and clauses, representations, and certifications, are provided in the attached documents. Upon award, any provisions that were in the synopsitation (including representations and certifications) will be removed from the award document. IMPORTANT NOTICE TO ALL CONTRACTORS: Per FAR 52.204-7, An Offeror is required to be registered in the System for Award Management (SAM) when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. SAM can be accessed at https://www.sam.gov. Attachments: Solicitation Document Statement of Work Lodging Accommodations BPA � Price Sheet
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7086512ea79646878774f972f0272c35/view)
 
Place of Performance
Address: Annapolis Junction, MD 20701, USA
Zip Code: 20701
Country: USA
 
Record
SN06940081-F 20240121/240119230046 (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.