FY 2020 Hotel BPA

expired opportunity(Expired)
From: Federal Government(Federal)
W50S9F-20-Q-0002

Basic Details

started - 31 Oct, 2019 (about 4 years ago)

Start Date

31 Oct, 2019 (about 4 years ago)
due - 03 Dec, 2019 (about 4 years ago)

Due Date

03 Dec, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W50S9F-20-Q-0002

Identifier

W50S9F-20-Q-0002
Department of the Army

Customer / Agency

DEPT OF DEFENSE (698165)DEPT OF THE ARMY (131592)NGB (17264)W7N8 USPFO ACTIVITY WIANG 115 (161)
[object Object]

SetAside

(N/A)

Attachments (6)

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.

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.(ii) Solicitation W50S9F-20-Q-0002 is issued as a Request for Quotation (RFQ).(iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06, effective 10 October 2019, and Defense Acquisition Circular DPN 20190531, effective 31 May 2018.(iv) This RFQ is solicited using full and open competition. The NAICS code is 721110 with a small business size standard of $35.0M.(v) The Wisconsin Air National Guard is seeking the following item(s):The Government anticipates awarding five (5) Blanket Purchase Agreements (BPAs) as a result of this solicitation, but may award any number of BPAs.The Government
intends to establish multiple Blanket Purchase Agreement's (BPA) to be effective 01 January 2020 - 31 December 2020 to provide temporary lodging for members of the Wisconsin Air National Guard. This agreement will establish a procedure for the fulfillment of our anticipated repetitive requirements from your firm. The proposed BPA will be a pre-priced, decentralized instrument to be used by the 115 FSS/FSV.(vi) Description of requirement:A BPA is a charge account type instrument which will permit authorized individuals to place orders directly with your firm or representative, using your agency's established price list. When lodging is required, an authorized individual will place calls against the approved price list and you will perform in accordance with all terms and conditions of the BPA. The Government is only obligated to pay for authorized orders satisfied by the vendor in accordance with the terms and conditions of the agreement.In order for a BPA to be established with your organization, you furnish us with the Information Sheet which establishes a price list as stated in the paragraph above. The price list should reflect prices that you would offer your most favored customer. Your price list must have an effective date of 01 January 2020 - 31 December 2020 (throughout the one (1) year agreement). A BPA will be established with the hotels which are most advantageous to the government, price and other factors considered, in accordance with the Instruction to Offerors on Proposal Evaluation document. Upon signatures from both parties, a copy of the BPA and approved price list will be furnished to you and the using activity.A list of authorized callers, either by name or position, will be furnished to you, listing only those persons authorized to place calls against the agreement. It is your responsibility to ensure only calls from authorized individuals are accepted. All payments under this agreement are expected to be made with the Government Purchase Card (MasterCard).If a BPA is awarded to your firm it will be prepared in accordance with the provisions of the Federal Acquisition Regulation and standard procedures contained therein will apply. Please see attached documents pertaining to the BPA. See Instructions to Offerors in section XV prior to sending an offer.(vii) Delivery schedule shall be 01 January 2020 - 31 December 2020(viii) The provision at FAR 52.212-1 (Class Deviation 2018-O0018), Instructions to Offerors - Commercial Items, applies to this acquisition.(ix) The Government will award agreements resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In order to be considered for an agreement, an inspection of the property must take place. Award is based on price, past performance, and technical capability per the Instructions to Offerors on Proposal Evaluation document. The government intends to award five (5) agreements to achieve 200 rooms per RSD weekend, although greater or fewer than five (5) may be awarded.(x) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with a quote, or be currently registered in the SAM website with Representations and Certifications completed.The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at https://www.acquisition.gov.52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements52.204-7 System for Award Management52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards52.204-13, System for Award Management Maintenance52.204-16 Commercial and Government Entity Code Reporting52.204-18 Commercial and Government Entity Code Maintenance52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.209-10 Prohibition on Contracting with Inverted Domestic Corporations52.212-1 (CD 2018-O0018) Instructions to Offerors - Commercial Items52.212-2 Evaluation-Commercial Items52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items52.212-4 Contract Terms and Conditions-Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items52.219-4 (CD 2019-O0003) Notice of Price Evaluation Preference for HUBZone Small Business Concerns52.214-22 Evaluation of Bids for Multiple Awards52.219-28 Post-Award Small Business Program Representation52.222-3 Convict Labor52.222-19 Child Labor - Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.222-35 Equal Opportunity for Veterans52.222-36 Equal Opportunity for Workers with Disabilities52.222-37 Employment Reports on Veterans52.222-50 Combating Trafficking in Persons52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving52.225-13 Restrictions on Certain Foreign Purchases52.226-6 Promoting Excess Food Donation to Nonprofit Organizations52.232-36 Payment by Third Party52.232-40 Providing Accelerated Payments to Small Business Subcontractors52.233-3 Protest After Award52.233-4 Applicable Law for Breach of Contract Claim252.203-7000 Requirements Relating to Compensation of Former DoD Officials252.203-7005 Representation Relating to Compensation of Former DoD Officials252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support252.211-7003 Item Unique Identification and Valuation252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations252.223-7008 Prohibition of Hexavalent Chromium252.225-7001 Buy American and Balance of Payments Program252.225-7012 Preference for Certain Domestic Commodities252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card252.232-7010 Levies on Contract Payments252.244-7000 Subcontracts for Commercial Items252.247-7023 Transportation of Supplies by Sea(xiv) DPAS Rating does not apply to this acquisition.(xv) Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received.Instructions to Offerors:1. Return a completed copy of the Information Sheet for each hotel. Rates should be entered as the price per room.2. Quotes in response to this solicitation must include the Offeror's CAGE Code or DUNS Number.3. Quotes must be valid until December 31, 2020.4. Quoters are required to be registered in SAM (https://www.sam.gov) at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. Contractors shall maintain active SAM registration throughout the term of any BPA.5. Quotes from third party agencies will be considered. Any contractor, whether it is the owner of a hotel property or a third party, must act as the single point of contact in all matters. The contractor shall provide a point of contact who has sufficient authority to authorize changes, address issues within 24 hours, and address emergency issues immediately.(xvi) All questions shall be in writing. Questions shall be emailed to MSgt Scott Homner at usaf.wi.115-fw.mbx.fw-contracting@mail.mil. Questions not received within a reasonable time prior to the response date may not be answered.

3110 MITCHELL ST BLDG 500  MADISON,    Wisconsin    53704-2591 United StatesLocation

Place Of Performance : 3110 MITCHELL ST BLDG 500 MADISON, Wisconsin 53704-2591 United States

Country : United StatesState : Wisconsin

Classification

Classification CodeCode VTransportation, travel, & relocation services
Naisc CodeCode 721Accommodation
Naisc CodeCode 721110Hotels (except Casino Hotels) and Motels