Smart Las Vegas Hotel Stays

expired opportunity(Expired)
From: Federal Government(Federal)
FA860119RA004

Basic Details

started - 15 Feb, 2019 (about 5 years ago)

Start Date

15 Feb, 2019 (about 5 years ago)
due - 22 Feb, 2019 (about 5 years ago)

Due Date

22 Feb, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
FA860119RA004

Identifier

FA860119RA004
Department of the Air Force

Customer / Agency

Department of the Air Force

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

   COMBINED SOLICITATION/SYNOPSIS This solicitation/synopsitation is expected to result in the award of a time-and-material (T&M) contract for the hotel room services as described under the requirements section of this solicitation and accompanying requirements attachment.  Time-and-material (T&M) type contract was determined to be the most approiate type of contract due to the fluctuation of dates and usage.  In order to limit the use of a time-and-material type contract, this contract will be limited to one year.  Further, the use of this contract type will be limited to a "materials" contract as no labor hours are associated with the requirement.  Material will be designated for the nightly hotel rate as identified in FAR 16.601(a) for the definition of material.  The applicable definition for nightly hotel rate falls within "incidental services for which is not a labor category specified in the contract."  This solicitation 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. An award, if any, will be made to the responsible Offeror who submits a proposal that:  1.  Conforms to the requirements of the solicitation.2.  That receives a rating of "Acceptable" on the Technical Capability will be determind by PWS.3.  That submits the proposal with the lowest total evaluated price (TEP), provided that the                                            TEP is not unbalanced and is fair and reasonable. 4.  The  TEP will be evaluated at hotel room rate for est. 2,464 rooms.See attached solicitation for chart to be fille out for TEP.  Class Number Class Start Date Class End dateEst. Number of nights per stay Est. Number of students per stayTotal number of rooms per stayTotal Rate per nightTotal cost2019G18-Mar-1929-Mar-1911x16176  2019H8-Apr-1919-Apr-1911x16176  2019I29-Apr-1910-May-1911x16176  2019J13-May-1924-May-1911x16176  2019K17-Jun-1928-Jun-1911x16176  2019L15-Jul-1926-Jul-1911x16176  2019M12-Aug-1923-Aug-1911x16176  2019N9-Sep-1920-Sep-1911x16176  2020A14-Oct-1925-Oct-1911x16176  2020B11-Nov-1922-Nov-1911x16176  2020C9-Dec-1920-Dec-1911x16176  2020D6-Jan-2017-Jan-2011x16176  2020E10-Feb-2021-Feb-2011x16176  2020F16-Mar-2027-Mar-2011x16176  Total number of rooms     2464  TEP        Submittal of proposals in response to this solicitation constitutes agreement by the Offeror of all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract.  It is the Offertory responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil.  The Government reserves the right to award without discussions or make no award at all depending upon the quality of proposals received and the price fair and reasonableness of proposals received.   The solicitation number for this requirement is FA8601-19-R-A004 and is hereby issued as a Request for Proposals (RFP) using FAR subpar 12, Acquisition of Commercial Items and FAR Subpart 13, Simplified Acquisition Procedures. This RFP is a small business set-aside. NAICS Code: 721110- Hotels (except Casino Hotels) and Motels Business Size Standard:  1,000 Employees Acceptable means of Submission:  All submissions must be submitted electronically to the following email address amy.rosier@us.af.mil by Friday February 22, 2019 by 11:00 am EST. Any correspondence sent via e-mail must contain the subject line "FA8601-19-R-A004 Las Vegas Hotel Rooms." The proposal may be sent via multiple emails as long as each email is numbered. Each email should not exceed 5 megabytes including attachments.  E-mails with compressed files will not be accepted.  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.   This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2019-01, effective 20 Dec 2018; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20180928, effective 26 Oct 2018; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2018-0525, effective 25 May 2018. Period of Performance:           1 March 2019- 30 April 2020 Delivery Destination: TBD                                                                                                                                                                                    Delivery Type:  FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance:  Both inspection and acceptance will be by the Government at Destination.Requirement: The Government, specifically the 711th Human Performance Wing located at Wright-Patterson AFB, OH has the requirement for hotel rooms in Las Vegas, Nevada. The following is the list of requirements.  See Performance Work Statement (Attachment 1) for full details: •1.       Provide hotel rooms in accordance with the requirements in the PWS. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.  Technical Capability and Price will be used to evaluate all offers.  The quotations may be in any format but MUST include:  1.  Proposing company's name, address, DUNS number, Cage Code, and TIN2.  Point of contact's name, phone, and email 3.  Quotation number & date 4.  Timeframe that the quote is valid5.  Individual item price 6.  Total price including shipping (Net 30), No Progress Payments7.  Shipping (FOB Destination)8.  Delivery Schedule 9.  Completed copy of FAR 52.212-3 Alternate I (attached)10. Completed copy of FAR 52.222-22 and FAR 52.222-25 (attached)11. Completed coy of FAR 52.209-11 (attached)  Important Notice to Contractors:  Quotations MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above.  The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror.  Before price is considered, the proposal must meet the technical specifications of this solicitation. Important Notice to Contractors:  All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract.   SAM can be accessed at https://www.sam.gov.  Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests.  Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form.  Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement.  Use of the basic system is at no cost to the contractor.  Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com.  Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. ADDITIONAL INSTRUCTIONS TO OFFERORS The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows: •(a)   North American Industry Classification System (NAICS) code and small business size standard are as specified above •(b)   Submission of offers is as prescribed in the text of this synopsitation   (c) Offer Acceptance and Validity Dates:  This paragraph of the provision regarding the period during which the offeror agrees to hold the prices in its offer firm is amended to read 90 days.     (e) Multiple Offers is hereby deleted from this solicitation and that paragraph is marked RESERVED Proposal Content:  Proposals shall consist of two separate parts, a technical proposal and a price proposal. Proposal Detail:  The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims.  The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements.  Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired:  Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired.   Technical Proposal:  Describe how the offeror will provide for the containers described above under "Requirements". Price Proposal: Price List: The offeror shall provide a price list that includes the price of hotel rooms at the estimated amount of 2,464 rooms.  The price list must specify an effective date, which shall be the date that proposals are due and have an expiration date no earlier than one year from the date that proposals are due. Prices should be proposed as F.O.B. destination per the definition in FAR 2.101-Definitions, which can be accessed at http://farsite.hill.af.mil/vffara.htm.                        Representations and Certifications:  Offerors shall submit the following representations and certifications, which are incorporated into the draft FFP contract with its price proposal. FAR 52.212-3-Offeror Representations and Certifications-Commercial Items (April 2016) with its Alternate I (October 2014) If the offeror has not completed the representations and certifications listed above online in the System for Award Management (http://www.sam.gov), the offeror shall complete these representations and certifications (as prescribed therein) and submit them with the offeror's price proposal.     EVALUATION FACTORS The Government will use Simplified Acquisition Procedures permitted by FAR 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items to evaluate proposals submitted in response to the solicitation.  The factors that shall be used to evaluate proposals are Technical and Price, as expounded below. FACTOR 1 - Technical: Pursuant to evaluation of all requirements, the Technical factor will receive and overall rating of either "Acceptable," or "Unacceptable" using the rating and descriptions in the table below:   RatingDescription AcceptableProposal clearly meets the minimum requirements of the solicitation.           Unacceptable Proposal does not clearly meet the minimum requirement of the solicitation. In determining whether a technical proposal is Acceptable or Unacceptable, the Government will consider the extent to which the technical proposal demonstrates the offeror's ability to provide the flame ionization detectors in accordance with the specifications outlined in the Statement of Work. FACTOR 2 Price:  Price proposals will be evaluated to determine if unit prices are fair and reasonable using the techniques described in FAR 13.106-3(a).   Evaluation Process: •(a)   The Government will initiate evaluation of all evaluation factors on all proposals.  The Government will consider, throughout the evaluation, the "correction potential" of a proposal including whether any proposal deficiency can be rectified and whether any uncertainty can be resolved. The judgment of such "correction potential" is within the sole discretion of the Government.  •(b)   If pursuant to initial evaluation, the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, and in the Government's judgment, the deficiency is rectifiable or the uncertainty is resolvable; the Contracting Officer (CO) may open discussions and may continue discussions as long as, in the Government's judgment, the deficiency is rectifiable or the uncertainty is resolvable. •(c)   For the purpose of conducting discussions, if the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, the entire proposal will be rated "Unacceptable."  At the conclusion of discussions, if the Technical factor is rated "Unacceptable" or if any deficiency or uncertainty relative to the proposal has not been resolved, evaluation of that proposal will be considered final.  The entire proposal will be rated "Unacceptable" and no further consideration will be given to that proposal for award. •(d)   For the purpose of award without discussions, if pursuant to initial evaluation, the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, notwithstanding that any deficiency may be rectifiable or any uncertainty may be resolvable, the entire proposal will be rated "Unacceptable," the initial evaluation will be the final evaluation, and no further consideration will be given to that proposal for award.   Unless the Government has received a prior written notice that an offeror has withdrawn its proposal, the Government may accept the proposal in whole or in part before the proposal's expiration date.  Attachments:1. Performance Work Statement2. Offeror Representation and Certification3. Provisions and Clauses  Please direct all questions to Amy Rosier, amy.rosier@us.af.mil.

2275 D Street Wright-Patterson AFB, Ohio 45433-7218 United StatesLocation

Place Of Performance : 2275 D Street Wright-Patterson AFB, Ohio 45433-7218 United States

Country : United StatesState : Ohio

You may also like

NVANG Strong Bonds Event Las Vegas

Due: 09 Apr, 2024 (in 11 days)Agency: DEPT OF DEFENSE

Classification

721 -- Accommodation/721110 -- Hotels (except Casino Hotels) and Motels
naicsCode 721110Hotels (except Casino Hotels) and Motels
pscCode VCivilian Personnel Recruitment