The RFP Database
New business relationships start here

JFHQ_Drill Lodging


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

Request for Quote
Lodging Rooms for 129 Joint Force HQ

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


The solicitation number for this procurement is W912LA-19-Q-7017 and is hereby issued as a Request for Quote (RFQ).


This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-03 (12 July 2019).


This acquisition is 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) is 721110, "HOTELS" is applicable. The Small Business Size Standard is $32,000,000.00.


The Government intends to award a firm fixed-price (FFP) contract for all services detailed in the attached Performance Work Statement (PWS); see Attachment 1. The successful offeror shall provide the following Contract Line Item Numbers (CLINs) for the specified performance period. The CLINS are also detailed on Attachment 2, Proposal Coversheet.


CLIN 0001 CONTRACTED QUARTERS
10 Single occupancy room-nights (one bed) for each night. Military members will check-in on Friday Check-out on Sunday during the designated drill weekend. Hotel MUST be located within a 5 mile radius of Joint Force Head Quarters, CA. The Offeror may provide rooms at partner or affiliated property, but must meet (or exceed) quality of primary property and be located within the mileage indicated. All contracted quarters shall conform to Air Force Instruction (AFI) 34-135 Air Force Lodging Program (available from https://www.e-publishing.af.mil/), applicable California Department of Public Health regulations, and California Fire & Safety regulations.


CLIN 1001 CONTRACTED QUARTERS Option Year 1



CLIN 2001 CONTRACTED QUARTERS Option Year 2



CLIN 3001 CONTRACTED QUARTERS Option year 3



CLIN 4001 CONTRACTED QUARTERS Option year 4


The FAR provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. See the full text of the provision provided in Attachment 2, Instructions, for the evaluation criteria.


The FAR provision at 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items, applies to the requirement. Offeror's are advised to submit a completed copy of the provision with their offer (see Attachment 3, Applicable Provisions & Clauses). If the offeror has completed their annual representations and certifications electronically via the System for Award Management (www.SAM.gov) website, offerors need only complete paragraphs (b) of the provision.


The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. No addenda have been added to this provision.


The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders, applies to this acquisition. This clause has been incorporated with Deviation 2013-O0019 by reference.


Offerors are advised of the additional contract requirements:
 IAW the Defense FAR Supplement clause at 252.232-7006, Wide Area Workflow Payment Instructions, all invoicing must be submitted via the Wide Area Workflow (WAWF) website.
52.232-18 -- Availability of Funds
Availability of Funds (Apr 1984)
Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition.


Questions regarding this solicitation must be received no later than 2:00 PM, 19 July 2019. Submit questions to both email addresses identified below.


All proposals must be submitted no later than 2:00 PM, 25 July 2019. It is the offeror's responsibility to ensure their proposal is received by the date and time specified. In accordance with FAR 15.208, if your proposal is not received at the initial point of entry to the Government (identified below), by the exact date and time specified above, it will be determined late and will not be evaluated. Proposal, as the term is used here, means all volumes and/or parts of the proposal. Offerors shall submit their proposal as specified below:

The Offeror may submit their proposal via email. When submitting proposals, the Offeror will need to specifically authorize send their proposals to the following persons:


MSgt Paul (Nick) Ochs (paul.n.ochs.mil@mail.mil)
MSgt Bardia Barmaki (bardia.barmaki.mil@mail.mil)


ATTACHMENTS
1 Proposal Coversheet (1 Pages)
2 Applicable Provisions & Clauses (6 Pages)


Bardia Barmaki, Contract Officer, Phone 6506039274, Email bardia.barmaki.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP