The RFP Database
New business relationships start here

Fort Wainwright, Alaska Hotel BPA


Alaska, 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 commercial items 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.

Solicitation number W912D0-14-T-HOTEL is hereby issued by the Regional Contracting Office, Alaska, 1064 Apple St., Fort Wainwright, AK, 99703, as a Request for Quote (RFQ) to establish Blanket Purchase Agreement(s) for hotel rooms and conference room space on an as-needed basis within a 25 mile radius of Fort Wainwright, AK. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-74, Effective 01 Jul 2014. This acquisition is a 100% Small Business Set-Aside under North American Industry Classification Standards (NAICS) code 721110, Hotels (except Casino Hotels) and Motels, size standards in millions of dollars $30M.

Description of Requirement:
The contractor shall be able to provide hotel rooms and conference room space on an as-needed basis within a 25 mile radius of Fort Wainwright, AK 99703. All requirements will be acquired through the issuance of individual Call Orders which will be competed amongst the BPA awardees. The term of the BPA is expected to be a 5-year agreement. Refer to the Attached PWS for further information. Award shall be made only to contractors who have registered with System for Award Management (SAM). Vendors may register at: https://www.sam.gov/portal/public/SAM/.

Evaluation Criteria/Basis for Award:
The Government intends to award up to five Firm Fixed Price Blanket Purchase Agreements (BPAs) resulting from this combined synopsis/solicitation to the lowest priced, technically acceptable offerors whose offers conform to the solicitation requirements.

Payment Information:
Payments will be made in accordance with FAR 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Work Flow (WAWF). Vendors are required to have a WAWF account. Procedures for using WAWF are found in DFARS 252.232-7003, Electronic Submission of Payment Requests.

Quote Information:
The quote must include the Solicitation Number, Business size, discount/payment terms, estimated delivery date after receipt of order and be signed by an authorized company representative. Offeror must include Taxpayer Identification Number (TIN), Cage Code and address.

Use the Government provided sheet to provide your quote. Refer to the following when creating your quote:
1.    Attached Quote Sheet and PWS.
2.    Quotes shall not include the Hotel-Motel Room Tax assessed by the Fairbanks North Star Borough, Fairbanks and North Pole. The Federal Government is exempt from those taxes when payments are made using a purchase order or other direct payment means by the federal government. Government will provide the contractor with a Standard Form 1094, U.S. Tax Exemption Form, or other evidence necessary to take advantage of all applicable exemptions.
3. Room rates shall not exceed the lodging rates established in the Joint Federal Travel Regulation (JFTR), Volume 2, Chapter 2, Part A, C2025. **SEE ATTACHED JFTR.
All questions must be submitted by close of business Monday, 11August 2014. Quotes shall be submitted and received no later than Monday, 18 August 2014 at 1700 hours (5:00 P.M.) Alaska Standard Time. Quotes may be mailed, emailed, or faxed to both Points of Contact listed below. **NOTE: If faxed please call prior to transmission to verify receipt.


Clauses and Provisions:
The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant contract:

FAR 52.203-3, Gratuities
FAR 52.203-6, Restrictions on Subcontractor Sales to the Government Alternate I
FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions
FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights
FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-13, System for Award Management Maintenance
FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment
FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.212-1, Instructions to Offerors-Commercial Items and any addenda
FAR 52.212-4, Contract Terms and Conditions-Commercial Items and any addenda
FAR 52.216-1, Type of Contract
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.219-8, Utilization of Small Business Concerns
FAR 52.219-14, Limitations on Subcontracting
FAR 52.219-28, Post-Award Small Business Program Representation
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-22, Previous Contracts and Compliance Reports
FAR 52.222-25, Affirmative Action Compliance
FAR 52.222-26, Equal Opportunity
FAR 52.222-35, Equal Opportunity for Veterans
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.222-37, Employment Reports on Veterans
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving.
FAR 52.225-13, Restriction on Certain Foreign Purchases
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities related to Iran Representation and Certification
FAR 52.229-3, Federal, State, and Local Taxes
FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-2, Service of Protest
FAR 52.233-3, Protest after Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim.
FAR 52.242-13, Bankruptcy
FAR 52.246-16, Responsibility for Supplies
FAR 52.252-1, Solicitation Provisions Incorporated by Reference
FAR 52.252-2, Clauses Incorporated by Reference
FAR 52.252-3, Alterations in Solicitation
FAR 52.252-4, Alterations in Contract
FAR 52.252-5, Authorized Deviations in Provisions
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7004, Alternate A, System for Award Management
DFARS 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations
DFARS 252.225-7001, Buy American Act And Balance of Payments Program.
DFARS 252.232-7003, Electronic Submission of Payment Request
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.247-7023, Transportation by Sea and Air (xiii).

The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.gov/far.

***NOTE***Full Text Provisions and Clauses:

    FAR 52.209-5, Certification Regarding Responsibility Matters
     (Include a completed copy of the provision with your offer)***SEE ATTACHMENT

    FAR 52.212-2, Evaluation-Commercial Items

    FAR 52.212-3, Offeror Representations and Certifications-Commercial Items
(Include a completed copy of the provision with your offer)***SEE ATTACHMENT

    FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders
    FAR 52.219-1, Small Business Program Representations
    (Include a completed copy of the provision with your offer)***SEE ATTACHMENT

    DFARS 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations
(Include a completed copy with your offer)***SEE ATTACHMENT***



Contact Information:
Primary POC: Valerie Perry email at valerie.d.perry.civ@mail.mil or fax (907) 353-7302.
Alternate POC: Laura Wayfield email at laura.j.wayfield.civ@mail.mil or fax (907) 353-7302.

Address for sending through the United States Postal Service (USPS):
PO Box 33510, Fort Wainwright, Alaska 99703

Address for sending through the Federal Express (FedEx) or United Parcel Service (UPS):
Regional Contracting Office-Alaska; BLDG 1064 Apple Street, Room 201, Fort Wainwright, Alaska 99703


Valerie Perry, 907-353-4019

RCO Wainwright (PARC Pacific, 413th CSB)

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP