The RFP Database
New business relationships start here

Lodging Service and Accommodations


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

I) 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.


(II) Solicitation W912L7-18-Q-1106 is being issued as a Request for Quotation.


(III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005- 69.


(IV) This acquisition is being set-aside for small business concerns. The associated NAICS code for this acquisition is721110, small business size standard is $32,500,000.00.


(V) COMMERCIAL ITEM DESCRIPTION:


The 164th Airlift Wing (AW) has a need for the establishment of a contract with local hotels to obtain lodging accommodations in accordance with attached Performance Work Statement (PWS).


The Contractor is responsible for providing the lodging service and accommodations under the contract for the personnel attending the TN-ANG Yellow Ribbon Event.


The Period of Performance (POP) shall be 17 - 19 August 2018.


The Government will not pay more than the annual rates allowed for in the Joint Federal Travel Regulation. Preference will be given to hotels offering rates at or below per diem rates for zip code 38118. Rates can be located at www.gsa.gov/perdiem .


All vendors must be U.S. Fire Administration/FEMA compliant. Click on this link (http://www.usfa.fema.gov) and go to tab under Hotel-Motel List to verify your hotel/motel.


Vendors must also provide the most recent Hotel/Motel Inspection Report from the Department of Health.
CLIN 0001 - Lodging Service and Accommodations in accordance to the Performance Work Statement (PWS)


CLIN 0002 - Contractor Manpower Reporting Application. The contractor shall report ALL contractor labor hours (including subcontractor labor hours if applicable) required for performance of services provided under this contract for the Air National Guard via secure data collection site.


(VII) Place of Delivery: Must be within 33 Mile radius of 4593 Swinnea Rd Memphis, TN 38118, FOB POINT IS DESTINATION.


(VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items.


(IX) The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. Factors that shall be used to evaluate offers are:


When establishing the contract, the Government will consider vendors whose pricing, and documentation that indicates the hotel is U.S. Fire Administration/FEMA compliant will be in the best interest of the Government.


Vendors should provide adequate details in their quote to include pricing on this solicitation, and fire compliance with descriptions of the following items:


1. Provide documentation that indicates the hotel is U.S. Fire Administration/FEMA compliant, i.e., FEMA ID number.
2. For an offer submitted by a third party provider, the offeror must describe their technical approach to fulfilling the Governments lodging requirement. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable.


The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the System for Award Management (SAM) System as well as registered and have completed the online Reps and Certs at the following website: https://www.sam.gov .


(X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at https://www.sam.gov .


(XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004, Alt A, System for Award Management.


(XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract.


(XIII) The following clauses are incorporated by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this website http://farsite.hill.af.mil:


52.204-7, System for Award Management;
52.204-10, Reporting Executive Compensations and First-Tier Subcontract Awards;
52.209-6, Protecting the Government's Interest When Subcontracting With Contactors Debarred, Suspended, or Proposed for Debarment;
52.217-8, Option to Extend Services
52.217-9, Option to Extend the Term of the Contract
52.219-1, Alt I, Small Business Program Representations; 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;
52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance;
52.222-26, Equal Opportunity;
52.222-36, Affirmative Action for Workers With Disabilities; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-50, Combating Trafficking in Persons;
52.223-18, Encouraging Contractor Policies to Ban Test Messaging While Driving:
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certification;
52.225-13, Restriction on Certain Foreign Purchases;
52.232-33, Payment by Electronic Funds Transfer- System for Award Management; 52.232-39, Unenforceability of Unauthorized Obligations;
52.233-3, Protest After Award;
52.233-4, Applicable Law for Breach of Contract Claim; 52.237-3, Continuity of Services;
52.247-34, F.O.B. Destination;
52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil);
52.253-1, Computer Generated Forms
252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-70005, Representation Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product
252.204-7004 Alt A, System for Award Management; 252.204-7006, Billing Instructions;
252.225-7048, Export-Controlled Items;
252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments;
252.243-70001, Pricing of Contract Modifications;


Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than 23 July 2018 at 1:00 p.m. EST. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in System for Award Management (https://www.sam.gov ).


(XIV) N/A.


(XV) Quotes will be due to the 164AW/MSC 4593 Swinnea Rd. Memphis, TN 38118, by 27 July 2018, 2:00 p.m. EST. Email quotes will be accepted at usaf.tn.164-aw.mbx.msc@mail.mil.


(XVI) Point of Contact is SMSgt Christopher Rhyne (901) 291-7109 or email christopher.d.rhyne.mil@mail.mil


 


 


Christopher Rhyne, Phone 9012917109, Email usaf.tn.164-aw.mbx.msc@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP