The RFP Database
New business relationships start here

172 AW Lodging BPA


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

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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.


(i) This solicitation document, W9127Q-18-R-6015 is issued as a request for proposal (RFP) by the 172d Airlift Wing, Mississippi Air National Guard, located in Jackson, Mississippi.


(ii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. It is the responsibility of the offeror to review the web site for notice of amendments, updates or changes to the solicitation.


(iii) This commercial item acquisition will be a 100% set-aside for small business with a geographical restriction. The associated North American Industry Classification System (NAICS) code is 721110 with size standard of $32.5M. This acquisition may result in multiple Blanket Purchase Agreements (BPAs), which will be awarded in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures.


(iv) This requirement shall require offerors to furnish rooms and related services for the Mississippi Air National Guard personnel and others as designated, participating in Regularly Scheduled Drills (RSD), Rescheduled Drills (RD), Equivalent Training (ET), Additional Flying Training Periods (AFTPs) and other Inactive Duty for Training (IADT) (See Terms and Conditions).


The geographical restriction for this requirement is within 5 miles of the 172d Airlift Wing, MS ANG, Jackson, MS.


(v) Requirements are as follows:


Double occupancy: double room with two (2) beds and a private bath.  Room rates are on a per room basis including applicable hotel/motel, with no taxes. Rate for one double room: $__________, effective 1 October, 2018 (estimated). Maximum number of rooms available _________.


Single occupancy: single room with one (1) bed and a private bath.  Room rates are on a per room basis including applicable hotel/motel, with no taxes. Rate for one single room: $__________, effective 1 October, 2018 (estimated). Maximum number of rooms available _________.


Offerors shall complete the double occupancy and single occupancy room rates in the attached Terms and Conditions.


All prices MUST include all applicable fees, gratuities, and service charges.


THE FEDERAL GOVERNMENT IS TAX EXEMPT.


The Government will not execute any contract action other than with the facility or venue proposed to provide accommodations. Any offer from a source other than the lodging venue itself must include written evidence that the offeror is currently authorized to submit binding proposals on behalf of the venue whose accommodations are being offered. Offers that fail to provide such evidence shall be deemed technically unacceptable and will not be considered for award. Any offer which requires the Government to execute an agreement that renders a hotel or facility provider as a third party or for lodging/hotel accommodations that cannot be provided at offeror's facility shall be deemed technically unacceptable and will not be considered for award.


Offerors shall provide information regarding cancellation policy.


(vi) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offeror's shall provide a one-sided, single page brief pertaining to amenities offered that shall also include a Commercial and Government Entity (CAGE) Code. Offeror's shall also complete Terms and Conditions Section 3, Pricing.


(vii) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The evaluation procedure(s) to be used are: Technical (agreement of Terms and Conditions) & Price.


(viii) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the System for Award Management at https://www.sam.gov.


(ix) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.


(x) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil):

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016)

52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)

52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)

52.219-8, Utilization of Small Business Concerns (Nov 2016)

52.219-28, Post Award Small Business Program Representation (Jul 2013)

52.222-3, Convict Labor (Jun 2003)

52.222-21, Prohibition of Segregated Facilities (Apr 2015)

52.222-26, Equal Opportunity (Sep 2016)

52.222-35, Equal Opportunity for Veterans (Oct 2015)

52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)

52.222-37, Employment Reports on Veterans (Feb 2016)

52.222-40, Notification of Employee Rights under the National Labor relations Act (Dec 2010)

52.222-41, Service Contract Labor Standards (May 2014)

52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)

52.222-50, Combating Trafficking in Persons (Mar 2015)

52.222-55, Minimum Wages under Executive Order 13658 (Dec 2015)

52.222-62, Paid Sick Leave Under Executive Order 13706. (Jan 2016)

52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)

52.224-3, Privacy Training (Jan 2017)

52.225-13, Restriction on Certain Foreign Purchases (Jun 2008)

52.233-3, Protest After Award (Aug 1996)

52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)

 

(xi) The following FAR provisions and clauses apply to this acquisition:

 

52.204-7, System for Award Management (Oct 2016)

52.204-13, System for Award Management Maintenance (Oct 2016)

52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)

52.204-17, Ownership or Control of Offeror (Jul 2016)

52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)

52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014)

52.204-20, Predecessor of Offeror (July 2016)

52.204-21, Basic Safeguarding Of Covered Contractor Information Systems (Jun 2016)

52.204-22, Alternative Line Item Proposal (Jan 2017)

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).

52.222-17, Nondisplacement of Qualified Workers (May 2014)

52.225-25, Prohibition on Contracting With Entities Engaging In Certain Activities or Transactions Relating To Iran--Representation and Certifications (Oct 2015)

52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013)

52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)

52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

52.233-2, Service of Protest (Sep 2006)

52.252-2, Clauses Incorporated by Reference (Feb 1998)

52.252-5, Authorized Deviations in Provisions (Apr 1984)

52.252-6, Authorized Deviations in Clauses (Apr 1984)


(xii) The following DFARS provisions and clauses apply to this acquisition:

252.203-7000, Requirements Relating To Compensation of Former DoD Officials (Sep 2011)

252.203-7001, Prohibition on Persons Convicted Of Fraud or Other Defense-Contract-Related Felonies (Dec 2008)

252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)

252.203-7005, Representation Relating To Compensation of Former DoD Officials (Nov 2011)

252.203-7994, Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements--Representation (Deviation 2017--O0001) (Nov 2016)

252.203-7995, Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2017-O0001) (Nov 2016)

252.204-7003, Control Of Government Personnel Work Product (Apr 1992)

252.204-7004, Alternate A, System for Award Management (Feb 2014)

252.204-7007, Alternate A, Annual Representations and Certifications (Jan 2015)

252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)

252.204-7011, Alternative Line Item Structure (Sep 2011)

252.204-7015, Notice Of Authorized Disclosure of Information for Litigation Support (May 2016)

252.209-7004, Subcontracting With Firms That Are Owned or Controlled By the Government of A Country That Is A State Sponsor Of Terrorism (Oct 2015)

252.211-7003, Item Unique Identification and Valuation (Mar 2016)

252.225-7012, Preference for Certain Domestic Commodities (Dec 2016)

252.225-7048, Export-Controlled Items (Jun 2013)

252.232-7003, Electronic Submission of Payment Requests And Receiving Reports (Jun 2012)

252.232-7006, Wide Area Workflow Payment Instructions (May 2013)

252.232-7010, Levies On Contract Payments (Dec 2006)

252.237-7010, Prohibition On Interrogation Of Detainees By Contractor Personnel (Jun 2013)

252.243-7002, Requests For Equitable Adjustment (Dec 2012)


(xiii) All questions concerning this requirement must be submitted by Friday, 21 September 2018 @ 1:00 PM Central Standard Time (CST). Questions will be answered via an amendment to this solicitation. Questions are to be submitted to amber.n.young1.mil@mail.mil and usaf.ms.172-aw.mbx.contracting@mail.mil.


(xiv) Proposals are due by Tuesday, 25 September 2018 @ 10:00 AM CST. Proposals shall be submitted with completed Terms and Conditions electronically to amber.n.young1.mil@mail.mil and usaf.ms.172-aw.mbx.contracting@mail.mil


(xv) The point of contact (POC) for this acquisition is MSgt Amber Young, who can be reached at (601) 405-8494.


Amber N. Young, Contracting Officer, Phone 601-405-8494, Fax 601-405-8214, Email amber.n.young1.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP