United States - RSD Lodging Multiple Award BPA

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
25 October 2019
Opportunity publication date
16 October 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Oct 15, 2019 3:10 pm

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.
(ii) This solicitation, W50S7T20Q6001 is being issued as a Request for Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-01, effective 10 October 2019.
(iv) This procurement is a total small business set-aside. The associated North American Industry Classification System (NAICS) code is 721110 and the small business size standard is $35 million.
(v) Commercial Item Descriptions: The contractor is to provide all personnel, management, tools, equipment, materials, supplies, transportation, labor, and supervision necessary to accomplish the RSD Lodging Blanket Purchase Agreement in accordance with the Terms and Conditions dated 15 October 2019.
(vi) The vendor will provide Lodging Services for the 182nd Airlift Wing for Regularly Scheduled Drill (RSD), Split Regularly Scheduled Drill (SRSD), Three Day Drill (TDD), and Super Drill Periods. Contractor is required to provide non-personal services, to include all personnel, equipment, tools, management, supervision, transportation, quality control, and other items and services necessary to ensure that lodging accommodation are available during the RSD periods that are outlined in the schedule provided to interested contractors. A primary and alternate Services POC will be identified upon contract award. The Government intends to award 2-3 Firm Fixed Price Blanket Purchase Agreements to the offeror who offers the best value to the Government. Best value considerations will be based on Performance Price Tradeoff (PPT). The Government will evaluate all submitted responses in accordance with the submissions and evaluation criteria described herein as part of a Combined Synopsis/ Solicitation Process. The purpose of this description is to establish a uniform submission and evaluation procedure for the technical evaluation of responses by the Government and the development of a Best Value Decision. In as much, the submittal shall describe the capability of the Offeror to perform the requirements and be specific and complete. The offer should be prepared simply and economically, providing a straightforward and concise description of capabilities to satisfactorily perform all requirements. The offer should be practical, legible, clear, and coherent. The Contracting Officer will award a contract to the responsible Offeror whose submittals conforms to the solicitation/synopsis and offers the best overall value to the Government. The Government will not award a contract to an Offeror whose submittal does not adhere to submission requirements. The blanket purchase agreement will be for no more than five years.
(vii) The services will be provided at the contractor's hotel(s) or subcontractor's hotel locations following a notice of award for RSD Lodging Services is issued and a physical inspection of all contract hotel(s) and food service establishments within the hotel locations.
(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a successful Offeror will address all items within the addenda of this provision.
(ix) The provision at 52.212-2, Evaluation -- Commercial Items, is applicable. Basis for award is trade-off. The Government intends to make a single firm-fixed price award. The following commercial item is requested in this solicitation:

Submission Requirements: Vendors shall submit their Response to the Request for Quote in three volumes entitled Volume I - Company Name Past Performance Package, Volume II - Company Name Technical Capability Package, Volume III - Company Name Price Package. Vendors must submit the Organizational Conflict of Interest Plan (if applicable). A successful Offeror will address all items within the addenda of this provision in the Attachment 4 - FAR 52.212-2 Evaluation Factors.
(x) A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications -- Commercial Items, with its offer and address the items listed within the addenda of this provision.
(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition, which include:
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment.
FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations.
FAR 52.219-28, Post Award Small Business Program Representation.
FAR 52.222-3, Convict Labor.
FAR 52.222-21, Prohibition of Segregated Facilities.
FAR 52.222-26, Equal Opportunity.
FAR 52.222-36, Equal Opportunity for Workers with Disabilities.
FAR 52.222-41, Service Contract Labor Standards.
FAR 52.222-42, Statement of Equivalent Rates for Federal Hires.
FAR 52.222-50, Combating Trafficking in Persons.
FAR 52.222-55, Minimum Wages Under Executive Order 13658.
FAR 52.223-15, Energy Efficiency in Energy-Consuming Products.
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving.
FAR 52.225-13, Restrictions on Certain Foreign Purchases.
FAR 52.232-36, Payment by Third Party.
FAR 52.233-3, Protest After Award.
FAR 52.233-4, Applicable Law for Breach of Contract Claim.
The following provisions are incorporated into this solicitation by reference:
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
DFARS 252.225-7031, Secondary Arab Boycott of Israel
The following clauses are incorporated into this solicitation by reference:
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities.
FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.247-65, F.O.B. Origin, Pre-paid Freight - Small Package Shipments
DFARS 252.201-7000, Contracting Officer's Representative
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblowers Rights
DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7001, Buy American and Balance of Payments Program
DFARS 252.225-7048, Export Controlled Items
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7009, Mandatory Payment by Government Commercial Purchase Card
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea
The following provisions are incorporated by full text.
DFARS 252.204-7011, Alternative Line Item Structure
DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate
(Offerors shall include completed copies of the certifications within the following provisions with their offer.)
The following clauses are incorporated by full text. The full text is found in Attachment #1, Full-Text Provisions and Clauses.
FAR 52.252-2, Clauses Incorporated by Reference
FAR 52.252-6, Authorized Deviations in Clauses
(xiii) A statement regarding any additional contract requirement(s) or terms and conditions are included within the Terms and Conditions dated 15 October 2019.
(xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation.
(xv) An inspection will be conducted of all quoted hotel establishments. All questions will be posted as an amendment to this solicitation on or about 22 October 2019. Offers are due at 3:00 PM Central Standard Time on Friday, 25 October 2019, at 182AW/MSC, ATTN: MSgt Benjamin B. Yeutson, 2416 S. Falcon Blvd, Peoria, IL 61607-5023. Offers shall be submitted by email only to benjamin.b.yeutson.mil@mail.mil. Questions regarding this solicitation may be emailed to the point of contact above.
(xvi) Information regarding the solicitation may be directed to the point of contact noted above.

Opportunity closing date
25 October 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army USPFO IL 182 MSC United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?