Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2024 SAM #8157
SOLICITATION NOTICE

V -- RSD Lodging BPA

Notice Date
3/26/2024 5:39:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7M6 USPFO ACTIVITY ILANG 182 GREATER PEORIA AIRPOR IL 61607-5004 USA
 
ZIP Code
61607-5004
 
Solicitation Number
W50S7T24RA003
 
Response Due
4/19/2024 10:00:00 AM
 
Archive Date
04/20/2024
 
Point of Contact
SMSgt Ben Yeutson, Phone: 3096335204, 2Lt Nicholas Marzinzik, Phone: 3096336239
 
E-Mail Address
benjamin.yeutson@us.af.mil, nicholas.marzinzik@us.af.mil
(benjamin.yeutson@us.af.mil, nicholas.marzinzik@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for 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; quotations are being requested and a written�solicitation will not be issued. REQUIREMENTS DESCRIPTION: Master Blanket Purchase Agreement (BPA) that will result in Firm Fixed Price BPA Calls for the following items:� Item 0001: Regularly Scheduled Drill (RSD) Lodging The 182nd Airlift Wing, Peoria Illinois Air National Guard has a requirement to establish single Blanket Purchase Agreements (BPA) for commercial lodging in Peoria, IL and the surrounding metropolitan area and intends to enter into a BPA(s) for a period of up to five years. The lodging requirement consists of establishing a BPA(s) to provide up to 1 hotel in the Peoria, IL. This requirement is for single and double occupancy commercial lodging. The number of personnel requiring lodging will fluctuate on a month-to-month basis based on mission requirements of the Illinois Air National Guard. Future dates will be provided by the Illinois Air National Guard lodging point of contact after any resultant award of a BPA(s). Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and thus eliminates the need for repetitive costly re-procurements. There is no minimum or maximum guaranteed quantity. All BPA Calls must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. This requirement is full and open competition. The North American Industry Classification System (NAICS) Code is 721110 (Hotels (except Casino Hotels) and Motels) and the Size Standard for Small Business is $40 Million.���The contractor must show ownership of a physical hotel property within the physical radius of the installation within the technical factor. Payment will be made via Government Purchase Card.� Please include any prompt payment discounts if applicable. For example, 2% discount if paid in 15 days. Payment Instructions: https://www.acq.osd.mil/dpap/dars/pgi/pgi_htm/PGI204_71.htm#payment_instructions PERFORMANCE PERIOD:�April 26, 2024 to April 25, 2029 The agreement(s) will be in effect for a period of up to five years or until the total spent on the master BPA(s) reaches $250,000.00 (whichever occurs first), or until such time either party to the agreement(s) requests that it be canceled in writing (60 day notice required). PLACE OF CONTRACT PERFORMANCE:�Local on-site performance required.� Third party contractors will be determined to be not technically qualified.� The Government intends to work directly with a local hotel contractor only. BASIS FOR AWARD:�Please reference the information provided under FAR 52.212-2 on Attachment 1 � Provisions and Clauses for full description on how quotes will be evaluated. INSTRUCTIONS TO OFFERORS:�Please review all attachments and exhibits in their entirety for a complete description of this requirement and to ensure all required information is submitted with your quote. If you are interested in the possible establishment of a BPA for lodging with the Illinois Air National Guard, please respond using Attachment 2 � Quote Sheet with your proposed price list of the single and double room occupancy rates (per night) for Peoria, IL. Your prices should be as low, or lower, than those charged to your most favored customers and must also be at or below the Federal Government�s local per diem/lodging rate for Peoria, IL to be eligible for consideration. QUESTIONS AND ANSWERS:�All questions regarding the RFQ package must be submitted by email to benjamin.yeutson@us.af.mil no later than�5 business days before quotes are due. DUE DATE:�Quotes are due no later than�Friday, 25 April 2024 at 04:00 p.m. Central Time.�Please send quotes by email to benjamin.yeutson@us.af.mil.�Late quotes may be rejected at the Contracting Officer's discretion. PROVISIONS AND CLAUSES:�The selected Offeror must comply with the commercial item terms and conditions listed on Attachment 1 � Provisions and Clauses. Offerors can include a completed copy of the Provision 52.212-3, Offeror Representations and Certifications - Commercial Items with their quote if they haven�t completed the annual reps and certs electronically or if there are any changes than what is in SAM.gov. The full text of a FAR and DFARS provision or clause may be accessed electronically at https://acquisition.gov. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03, effective 02/23/2024. The Defense Priorities and Allocation System (DPAS) assigned rating is: none.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0d87fcdf0cc646ebb17376f47351dbd1/view)
 
Place of Performance
Address: Peoria, IL 61607, USA
Zip Code: 61607
Country: USA
 
Record
SN07009187-F 20240328/240326230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.