Lodging for Annual Training

expired opportunity(Expired)
From: Federal Government(Federal)
W911YP24R0008

Basic Details

started - 20 Mar, 2024 (1 month ago)

Start Date

20 Mar, 2024 (1 month ago)
due - 28 Mar, 2024 (29 days ago)

Due Date

28 Mar, 2024 (29 days ago)
Bid Notification

Type

Bid Notification
W911YP24R0008

Identifier

W911YP24R0008
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708875)DEPT OF THE ARMY (133113)NGB (17512)W7N3 USPFO ACTIVITY UT ARNG (286)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (2)

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.

SOLICITATION: W911YP24R0008AGENCY/OFFICE & ADDRESS: Utah Army National Guard / USPFO for UT P&C 12953 South Minuteman Drive, Draper, UT 84020PLACE OF PERFORMANCE: Utah Army National Guard / Spanish Fork, UT SUBJECT: Lodging for Annual Training RESPONSE DUE DATE: 10:00 AM MST 28 MAR 2024CONTRACTING POC: Kris Braun; Email: kristinna.a.braun.civ@army.mil; Phone: 801-432-4145 DESCRIPTION: *****THIS REQUIREMENT IS BEING SOLICITED AS A SMALL BUSINESS SET-ASIDE. ONLY QUOTES FROM REGISTERED SMALL BUSINESS in SAM.GOV WITH THE APPROPRIATE NAICS WILL BE ACCEPTED*****This is a combined synopsis/solicitation for commercial products or commercial services 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; proposals are being requested and a written solicitation will not be issued. The solicitation and
incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-006. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings.The Utah Army National Guard has a requirement for Lodging for Annual Training (AT) under Combined Synopsis/Solicitation number W911YP24R0008 and is being issued for Request for Quote (RFQs). This requirement is being solicited as a SMALL BUSINESS SET-ASIDE under NAICS code 721110 - “Hotels (except Casino Hotels) and Motels” which has a Small Business Size Standard of $40 million(https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf). FOR VENDOR’S QUOTES TO BECONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE. Wholesaler NAICS codes will not be accepted. THIS REQUIREMENT IS SUBJECT TO AVAILABILITY OF FUNDS, pursuant to FAR 52.232-18.The Utah Army National Guard is inquiring of eighteen (18) non-smoking with double occupancy rooms for six (6) days with the dates of 05 – 06, 12 – 13, and 19 – 20 APR 2024 and twelve (12) non-smoking with double occupancy rooms for ten (10) days with the dates of 07 – 11, 14 -18 APR 2024 with total of 15 days. The hotel must be ten (10) mile radius from Spanish Fork Armory (2875 North Main Street, Spanish Fork, UT 84660). (PLEASE SEE ATTACHED FOR DETAIL)SET-ASIDE / FAR REGULATION:Any award resulting from this solicitation will be made using TOTAL SMALL BUSINESS SET-ASIDE with order of precedence as follows:In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.CONTRACT TYPE / EVALUATION CRITERIA: The contract type for this procurement will be Firm-Fixed price contract. Award will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria. For proposals to be technically acceptable, it must meet all the specifications outlined in the description. An LPTA proposal is one that meets all the technical aspects outlined in this solicitation and statement of work while being the lowest price proposal, IAW FAR 13.106-2(b)(4)(ii) and FAR 15.101-2. SAM REGISTRATION: All offerors must have an active registration in System for Award Management (SAM) at time of award in order to be eligible for contract award. All offerors responding to this solicitation must meet all standards required to conduct business with the Government, including active registration in SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information. IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.QUOTES: All quotes are due to the United States Property and Fiscal Office (USPFO) for Utah Purchasing and Contracting (P&C) Division no later than 10:00 am (Mountain) 28 MAR 2024. All submissions should be sent via email to: kristinna.a.braun.civ@army.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered, UNLESS the Contracting Officer determines it is in the best interest of the government to accept a late quote.PROVISIONS & CLAUSES: The following provisions and clauses are applicable to this Combined Synopsis/Solicitation:FAR 52.203-18 – Prohibition on Contracting with Entities that Require Certain Internal Confidentiality AgreementsFAR 52.203-19 – Prohibition on Requiring Certain Internal Confidentiality Agreements or StatementsFAR 52.204-7 – System for Award ManagementFAR 52.204-13 – System for Award Management MaintenanceFAR 52.204-9 – Personal Identity Verification of Contractor PersonnelFAR 52.204-16 – Commercial and Government Entity Code ReportingFAR 52.204-18 – Commercial and Government Entity Code MaintenanceFAR 52.204-19 – Incorporation by Reference of Representations and CertificationsFAR 52.204-23 – Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered EntitiesFAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or EquipmentFAR 52.204-25 – Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or EquipmentFAR 52.204-26 – Covered Telecommunications Equipment or Services-RepresentationFAR 52.204-27 – Prohibition on a ByteDance Covered ApplicationFAR 52.204-29 – Federal Acquisition Supply Chain Security Act Orders-Representation and DisclosureFAR 52.204-30 - Federal Acquisition Supply Chain Security Act Orders-ProhibitionFAR 52.209-10 – Prohibition on Contracting with Inverted Domestic CorporationsFAR 52.212-1 – Instructions to OfferorsFAR 52.212-2 – Evaluation-Commercial Products and Commercial ServicesFAR 52.212-3 – Offeror Representations and Certifications-Commercial ItemsFAR 52.212-4 – Terms and Conditions - CommercialFAR 52.212-5 – Contract Terms and Conditions Required to Implement Statues May 2022 or Executive Orders--Commercial Products and Commercial ServicesFAR 52.219-1– Small Business Program RepresentationFAR 52.219-6 – Notice of Total Small Business Set-AsideFAR 52.219-8 – Utilization of Small Business ConcernsFAR 52.219-14 – Limitations on SubcontractingFAR 52.219-28 – Post-award Small Business Program RepresentationsFAR 52.222-3 – Convict LaborFAR 52.219-19 – Child Labor—Cooperation with Authorities and RemediesFAR 52.222-21 – Prohibit Segregated FacilitiesFAR 52.222-26 – Equal OpportunityFAR 52.222-25 – Affirmative ActionFAR 52.222-36 – Affirmative Action for Workers With DisabilitiesFAR 52.222-40 – Notification of Employees Rights Under the National Labor Relations ActFAR 52.222-50 – Combating trafficking in PersonsFAR 52.223-18 – Encouraging Contractor Policy to Ban Text Messaging While DrivingFAR 52.225-23 – Restrictions on Certain Foreign PurchasesFAR 52.225-25 – Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and CertificationsFAR 52.232-1 – PaymentsFAR 52.232-18 – Availability of FundsFAR 52.232-33 – Payment by Electronic Funds Transfer-Central Contractor RegistrationFAR 52.232-39 – Unenforceability of Unauthorized ObligationsFAR 52.232-40 – Providing Accelerated Payments to Small Business SubcontractorsFAR 52.233-1 – DisputesFAR 52.233-3 – Protest After AwardFAR 52.233-4 – Applicable Law for Breach of Contract ClaimFAR 52.243-1 Alt.1 – Changes-Fixed Price (Services)FAR 52.249-4 – Termination for Convenience of the Government (Services)(Short Form)FAR 52.252-1 – Provisions Incorporated by ReferenceFAR 52.252-2 – Clauses Incorporated by ReferenceFAR 52.252-5 – Authorized Deviations in ProvisionsFAR 52.252-6 – Authorized Deviation in ClausesDFARS 252.203-7000 – Requirement Relating to Compensation of Former DoD OfficialsDFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower RightsDFARS 252.203-7005 – Representation Relating to Compensation of Former DoD OfficialsDFARS 252.204-7003 – Control of Government Personnel Work ProductDFARS 252.204-7004 – Antiterrorism Awareness Training for ContractorsDFARS 252.204-7009 – Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident InformationDFARS 252.204-7012 – Safeguarding Covered Defense Information and Cyber Incident ReportingDFARS 252.204-7015 – Notice of Authorized Disclosure of Information for Litigation SupportDFARS 252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services— RepresentationDFARS 252.204-7018 – Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or ServicesDFARS 252.204-7019 – Notice of NISTSP 800-171 DoD Assessment RequirementsDFARS 252.204-7020 – NIST SP 800-171 DoD Assessment RequirementsDFARS 252.204-7024 – Notice on the Use of the Supplier Performance Risk System (SPRS)DFARS 252.204-7999 – Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction Under any Federal LawDFARS 252.212-7000 – Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial ItemsDFARS 252.212-7001 – Dev Terms and ConditionsDFARS 252.225-7048 – Export-controlled ItemsDFARS 252.225-7055 – Representation Regarding Business Operations with the Maduro RegimeDFARS 252.225-7056 – Prohibition Regarding Business Operations with the Maduro RegimeDFARS 252.225-7059 – Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-RepresentationDFARS 252.225-7060 – Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous RegionDFARS 252.232-7003 – Electronic Submission of Payment RequestsDFARS 252.232-7006 – Wide Area WorkFlow Payment InstructionsDFARS 252.232-7010 – Levies on Contract PaymentsDFARS 252.237-7010 – Prohibition of Interrogation of Detainees by Contract PersonnelDFARS 252.239-7017 – Notice of Supply Chain RiskDFARS 252.239-7018 – Supply Chain RiskDFARS 252.243-7001 – Pricing of Contract ModificationsDFARS 252.244-7000 – Subcontracts for Commercial Products or Commercial ServicesFAR 52.252-2 – Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at: HTTPS://WWW.ACQUISITION.GOV.

UT  84660  USALocation

Place Of Performance : N/A

Country : United StatesState : UtahCity : Spanish Fork

Office Address : KO FOR UTARNG DO NOT DELETE 12953 SOUTH MINUTEMAN DRIVE DRAPER , UT 84020-2000 USA

Country : United StatesState : UtahCity : Draper

You may also like

ANNUAL ACCREDITATION FEE

Due: 31 Mar, 2025 (in 11 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

HOTEL AND LODGING FOR DS AGENTS IN MILAN FOR WINTER OLYMPICS 2026

Due: 31 May, 2026 (in about 2 years)Agency: STATE, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

naicsCode 721110Hotels (except Casino Hotels) and Motels
pscCode V231Lodging - Hotel/Motel