The RFP Database
New business relationships start here

165th Airlift Wing Lodging BPA Request for Quotes


Georgia, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a COMBINED SYNOPSIS/SOLICITATION for LODGING for the Georgia Air National Guard. This announcement is prepared in accordance with the format in FAR Subpart 12.6, and Part 13 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quotes (RFQ); solicitation number W50S70-20-R-0002.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01. It is the responsibility of the offeror to review the web site for notice of amendments, updates or changes to the solicitation.


The Government intends to award multiple firm-fixed price Blanket Purchase Agreements for long term lodging of personnel as defined within the Statement of Work as a result of this solicitation. The associated North American Industrial Classification System (NAICS) code for this requirement is 721110, "Hotels (Except Casino Hotels)," with a size standard of $35M.


This is a 100% small business set-aside with a geographical restriction.


The geographical restriction for this requirement is within a 15-mile radius. The lodging facility shall be located within a 15-mile driving distance from the 165th Airlift Wing, 1401 Robert B Miller Jr. Rd, Garden City, GA 31408, 224th Joint Communications Support Squadron, 1693 Glenco Pkwy, Brunswick, GA 31525 or 117th Air Control Squadron, 4320 North Perimeter Rd, Hunter AAF, Savannah, GA 31409.


This requirement shall require offerors to furnish rooms and related services for the Georgia Air National Guard personnel and others as designated, participating in supporting weekend Unit Training Assemblies (UTA's), Rescheduled Unit Training Assemblies and to provide lodging accommodations during the standard week (Monday-Sunday).


The period of performance for this requirement is 5 years from award - approximately 1 December 2019 - 30 November 2024.


All potential offerors are reminded that compliance with FAR 52.204-7, System for Award Management (SAM), is mandatory. Lack of registration in SAM will make an offeror ineligible for award. Registration for SAM can be completed at https://www.sam.gov.


The Government reserves the right and may award based solely on information contained in the quote and is not obligated to seek completion or clarification if the original quote is unclear. All quotes submitted shall be the Contractor's Best Quote as it is in the Government's intent to entertain one (1) final quote only.


All questions concerning this procurement, either technical or contractual must be submitted in writing, via email, to the Contracting Office. Telephone and other means of oral communication will not be permitted. The deadline for submittal of questions regarding this solicitation is 4:00 PM Eastern Standard Time (EST) on 11 November 2019. Answers will be provided no later than (NLT) 4:00 PM Eastern Standard Time (EST) on 15 November 2019. Questions shall be sent by email to the following point of contact:


MSgt Benjamin Bray
Contract Specialist 912-966-8320
Email: benjamin.bray2.mil@mail.mil


Quotes must be received no later than 4:00 PM Eastern Standard Time (EST) on 21 November 2019. Quotes received after this time frame shall not be considered for award. The proposer agrees to hold the quote prices firm for 1 year from the date of quote. Quotes shall be emailed to:


MSgt Benjamin Bray
Contract Specialist 912-966-8320
Email: benjamin.bray2.mil@mail.mil



TERMS AND CONDITIONS PREPRICED BLANKET PURCHASE AGREEMENT


1. NEGOTIATION AUTHORITY: The issuance of individual calls under this blanket purchase agreement will be made under the authority of 10 USC 2304 (g).


DESCRIPTION OF AGREEMENT: The Agreementor shall provide double or single occupancy hotel rooms, subject to availability, if and when called for by the Contracting Officer or Government Designated Representative during the period specified. Hotel facilities shall be located within a 15 mile radius of from the 165th Airlift Wing, 1401 Robert B Miller Jr. Rd, Garden City, GA 31408, 224th Joint Communications Support Squadron, 1693 Glenco Pkwy, Brunswick, GA 31525 or 117th Air Control Squadron, 4320 North Perimeter Rd, Hunter AAF, Savannah, GA 31409.

(a) This Agreement, including Paragraphs a and b hereof, may be modified or may be canceled in its entirety by either party upon thirty (30) days written notice to the other party, except that this Agreement may be canceled by the Government at any time if the parties fail to agree upon any deletion, amendment or addition to this Agreement which is required by statute, Executive order, the FAR and/or this Supplement. No deletion, modification, addition to, or cancellation of, this Agreement shall affect any contracts therefore entered into between the parties in which this Agreement or portion thereof has been incorporated by reference.


(b) This Agreement shall be reviewed, as a minimum, annually before the anniversary of its effective date, and revised to conform to all requirements of statues, Executive orders, or the FAR and this Supplement. This revision shall be evidenced by an agreement modifying this BPA or by the issuance of a superseding BPA.


2. EXTENT OF OBLIGATION: The Government is obligated only to the extent of authorized calls actually placed against this blanket purchase agreement and shall not be liable in any manner in the event no calls are made.


3. PRICING: The Agreementor hereby warrants that the prices to the Government shall be as low as or lower than those charged to the Contractor's most favored customer, in addition to any discounts for prompt payment. The Agreementor will furnish the Contracting Officer (see BPA Price Listing) a price list in 1 copy for lodging services proposed to be furnished under this Agreement. The listing must be identified with the BPA number, and must be for a specific period, i.e. 1 AUG 19 through 31 JULY 20. No price changes may be made unless approved by the Contracting Officer. If prices are expected to change frequently, the Contractor must provide monthly price lists to arrive in the Contracting office prior to the effective date of the change. Call will be made for only the items that appear on the APPROVED PRICE LIST. Negotiation or solicitation for prices and additional requirements will be conducted by the Contracting Officer only.

4. PURCHASE (CALL) LIMITATION: No individual purchase (call) placed against this agreement shall exceed $100,000.00. Total Calls placed against this agreement shall not exceed $700,000.00. For the purposes of this BPA, a call order is defined as the aggregate total of room nights in a billing period. The billing period is the first day through the last day of each month. If a room reservation crosses from one month into another, the appropriate billing period shall be based on the check-out date.

5. NOTICE OF INDIVIDUALS AUTHORIZED TO PLACE CALLS: A list of individuals authorized to place calls under this agreement, identified by office, phone number and email, will be furnished to the Agreementor by the Contracting Officer by separate letter. Calls received by the Agreementor from personnel not so listed will not be honored.


6. INVOICES: All shipments or deliveries under this agreement will be accompanied by an Invoice which shall contain the following minimum information:
(1) Name of Hotel
(2) Blanket Purchase Agreement Number and Call Number (such as W50S70- 20-A-0001, W50S70-20-A-0001-0001, etc.). The last four digits represent the call number.
(3) Date of Purchase (Call)
(4) Itemized list of Services Furnished; i.e. Number of hotel rooms charged for occupancy with respective guest names per each room
(5) Price/per night-less applicable discounts
(6) Dates of Lodging
(7) Name of Authorized Individual Whom Placed Call


Submit invoices via email to: All individuals authorized to place calls under this agreement as indicated in the letter furnished by the Contracting Officer.

A summary invoice shall be submitted within 5 days of completion of each call or upon expiration of this Blanket Purchase Agreement, whichever occurs first, for all deliveries made during a billing period.


7. METHOD OF PAYMENT: The Primary method of payment for the Georgia Air National Guard will be made via the Government Purchase Card. Only one credit card payment will be authorized per week and will be charged in bulk after services have been rendered. Under no circumstances can the credit card invoices exceed the amount of the Call (order). If the contractor invoices exceeds the amount of the Call (order), the Government is not responsible for those expenses, those expenses shall be covered by the contractor.


The secondary method of payment for the Georgia Air National Guard will be made via Electronic Funds Transfer (EFT), invoices must be submitted via Wide Area Work Flow. Orders for the Air Guard that utilize WAWF, will include the contract clause DFARS 252.232-7006 - Wide Area Work Flow Payment Instructions. The invoice can be submitted only after services have been rendered. Under no circumstances can the invoices exceed the amount of the call (order). If the contractor invoices exceeds the amount of the Call (order), the Government is not responsible for those expenses, those expenses shall be covered by the contractor.

PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference and by full text. FAR and DFARS clauses and provisions can be read in their full text at: https://www.acquisition.gov/. The clauses are to remain in full force in any resultant contract or agreement. It is the contractor's responsibility to become familiar with the applicable provisions and clauses.


PROVISIONS INCORPORATED BY REFERENCE
52.204-7 System for Award Management
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.204-22 Alternative Line Item Proposal
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
PROVISIONS INCORPORATED BY FULL TEXT
52.212-3 Alt I Offeror Representations and Certifications-Commercial Items Alternate I
52.252-1 Solicitation Provisions Incorporated by Reference: https://www.acquisition.gov/
52.252-5 Authorized Deviations in Provisions: Defense Federal Acquisition Regulation Supplement (48 CFR, Chapter 2)

CLAUSES INCORPORATED BY REFERENCE
52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements
52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.204-21 Basic Safeguarding of Covered Contractor Information Systems
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed
or Provided by Kaspersky Lab and Other Covered Entities
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video
Surveillance Services or Equipment.
52.209-6 Protect the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-50 Combating Trafficking in Persons
52.222-55 Minimum Wages Under Executive Order 13658
52.222-62 Paid Sick Leave Under Executive Order 13706
52.223-15 Energy Efficiency in Energy-Consuming Products
52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-36 Payment by Third Party
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protests After Award
52.233-4 Applicable Law for Breach of Contract Claim
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.225-7048 Export-Controlled Items
252.232-7009 Mandatory Payment by Government wide Commercial Purchase Card
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea

CLAUSES INCORPORATED BY FULL TEXT
52.212-1 Instructions to Offeror-Commercial, applies to this acquisition and a successful Offeror will address all items within the addenda of this provision.
52.212-2 Evaluation--Commercial Items, is applicable. Basis for award is Lowest Price Technically Acceptable. The Government intends to make multiple firm-fixed priced awards. The following commercial items is requested in this solicitation:
Vendors shall submit their Response to the Request for Quotes in two volumes entitled Volume I -Company Name Price Listing, Volume II - Company Technical Capability Statement (PDF document that outlines your company's capabilities, experience and ability to successful meet the scope of the Performance Work Statement).
52.212-4 Contract Terms and Conditions -- Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items ( Deviation 2018- O0021) (JAN 2017)
52.252-2 Clauses Incorporated by Reference: https://www.acquisition.gov/
52.252-6 Authorized Deviations in Clauses: Defense Federal Acquisition Regulation Supplement (48 CFR, Chapter 2)
252.232-7006 Wide Area Work Flow Payment Instructions


 


Benjamin Bray, Contracting Officer , Phone 9129668320, Email benjamin.bray2.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP