Hotel Lodging

expired opportunity(Expired)
From: Federal Government(Federal)
W50S7T22Q0003

Basic Details

started - 16 Feb, 2022 (about 2 years ago)

Start Date

16 Feb, 2022 (about 2 years ago)
due - 17 Feb, 2022 (about 2 years ago)

Due Date

17 Feb, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
W50S7T22Q0003

Identifier

W50S7T22Q0003
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707822)DEPT OF THE ARMY (132962)NGB (17494)W7M6 USPFO ACTIVITY ILANG 182 (88)
[object Object]

SetAside

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

Attachments (3)

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 Subpart 12.6, as supplemented with additional information included in this notice and under FAR Part 13.303. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.(ii) This solicitation, W50S7T22Q0003 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) 2022-02, effective 14 January 2022.(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 $32.5 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 07 January 2022.(vi) The vendor will provide Hotel Lodging 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 3-4 Firm Fixed Price Blanket Purchase Agreements to the offeror who offers the lowest price technically acceptable offer to the Government.  The Government will evaluate all submitted responses in accordance with the submissions and evaluation criteria described herein as part of the lowest price technically acceptable criteria.  The purpose of this description is to establish a uniform submission and evaluation procedure for the technical evaluation of responses by the Government. 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 lowest price technically acceptable offer to the Government. The Government will not award a contract to an Offeror whose submittal does not adhere to technical requirements. The blanket purchase agreement will be for no more than five years or a maximum of $250,000.00, whichever is achieved first. (vii) The services will be provided at the contractor’s hotel(s) or subcontractor’s hotel locations following a notice of award for Hotel Lodging 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 lowest price technically acceptable. The Government intends to make up to four blanket purchase agreements. The following commercial item is requested in this solicitation:Submission Requirements:  Vendors shall submit an itemized page of an individual hotel price to include their Hotel Operator’s Occupation Tax (HOOT) and any and all applicable fees.  The hotel will shall have been inspected within the last year of this solicitation posting in order to be considered or have a hotel inspection completed by the 182nd Airlift Wing prior to award of the BPA.  Hotels that are not part of the low four hotel rates will not be inspected unless a lower hotel has previously been eliminated from consideration.  Hotels listed on the 182nd AW Authorized Lodging Locations and listed as unauthorized locations shall not be inspected.(x) A successful offeror is not required to complete 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 AwardsFAR 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 ReportingFAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.FAR 52.204-26, Covered Telecommunications Equipment or Services RepresentationDFARS 252.203-7005, Representation Relating to Compensation of Former DoD OfficialsDFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information ControlsDFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services – RepresentationDFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or Services - RepresentationDFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance EvaluationsDFARS 252.225-7031, Secondary Arab Boycott of IsraelDFARS 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Deviation 2021-O00006)DFARS 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites – Representation (Deviation 2021-O00003)(April 2021)The following clauses are incorporated into this solicitation by reference:FAR 52.204-18, Commercial and Government Entity Code MaintenanceFAR 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 ObligationsFAR 52.232-40, Providing Accelerated Payments to Small Business SubcontractorsFAR 52.246-1, Contractor Inspection RequirementsFAR 52.247-65, F.O.B. Origin, Pre-paid Freight – Small Package ShipmentsDFARS 252.201-7000, Contracting Officer’s RepresentativeDFARS 252.203-7000, Requirements Relating to Compensation of Former DoD OfficialsDFARS 252.203-7002, Requirement to Inform Employees of Whistleblowers RightsDFARS.204-7000, Disclosure of InformationDFARS 204-7003, Control of Government Personnel Work ProductDFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident InformationDFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical InformationDFARS 252.204-7015, Disclosure of Information to Litigation Support ContractorsDFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or ServicesDFARS 252.223-7008, Prohibition of Hexavalent ChromiumDFARS 252.225-7001, Buy American and Balance of Payments ProgramDFARS 252.225-7048, Export Controlled ItemsDFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving ReportsDFARS 252.232-7009, Mandatory Payment by Government Commercial Purchase CardDFARS 252.232-7010, Levies on Contract PaymentsDFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor PersonnelDFARS 252.244-7000, Subcontracts for Commercial ItemsDFARS 252.247-7023, Transportation of Supplies by SeaThe following provisions are incorporated by full text. DFARS 252.204-7011, Alternative Line Item StructureDFARS 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 ReferenceFAR 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 07 January 2022.(xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation.(xv) An inspection will be conducted of all quoted hotel establishments as outlined in section (ix) Submission Requirements.  All questions will be posted as an amendment to this solicitation on or about 09 February 2022.  Offers are due at 12:00 PM Central Standard Time on Thursday, 17 February 2022, 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.yeutson@us.af.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. 

Peoria ,
 IL  61607  USALocation

Place Of Performance : N/A

Country : United StatesState : IllinoisCity : Peoria

You may also like

Department of State Hotel and Lodging Solicitation

Due: 10 May, 2024 (in 15 days)Agency: STATE, DEPARTMENT OF

FASTC OY 4 HOTEL AND LODGING

Due: 30 Sep, 2024 (in 5 months)Agency: STATE, DEPARTMENT OF

FASTC OY4 HOTEL AND LODGING

Due: 30 Sep, 2024 (in 5 months)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