The RFP Database
New business relationships start here

FY 2020 Hotel BPA


Wisconsin, United States
Government : Military
RFQ
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 W50S9F-20-Q-0002 is issued as a Request for Quotation (RFQ).


(iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06, effective 10 October 2019, and Defense Acquisition Circular DPN 20190531, effective 31 May 2018.


(iv) This RFQ is solicited using full and open competition. The NAICS code is 721110 with a small business size standard of $35.0M.


(v) The Wisconsin Air National Guard is seeking the following item(s):


The Government anticipates awarding five (5) Blanket Purchase Agreements (BPAs) as a result of this solicitation, but may award any number of BPAs.


The Government intends to establish multiple Blanket Purchase Agreement's (BPA) to be effective 01 January 2020 - 31 December 2020 to provide temporary lodging for members of the Wisconsin Air National Guard. This agreement will establish a procedure for the fulfillment of our anticipated repetitive requirements from your firm. The proposed BPA will be a pre-priced, decentralized instrument to be used by the 115 FSS/FSV.


(vi) Description of requirement:
A BPA is a charge account type instrument which will permit authorized individuals to place orders directly with your firm or representative, using your agency's established price list. When lodging is required, an authorized individual will place calls against the approved price list and you will perform in accordance with all terms and conditions of the BPA. The Government is only obligated to pay for authorized orders satisfied by the vendor in accordance with the terms and conditions of the agreement.


In order for a BPA to be established with your organization, you furnish us with the Information Sheet which establishes a price list as stated in the paragraph above. The price list should reflect prices that you would offer your most favored customer. Your price list must have an effective date of 01 January 2020 - 31 December 2020 (throughout the one (1) year agreement). A BPA will be established with the hotels which are most advantageous to the government, price and other factors considered, in accordance with the Instruction to Offerors on Proposal Evaluation document. Upon signatures from both parties, a copy of the BPA and approved price list will be furnished to you and the using activity.


A list of authorized callers, either by name or position, will be furnished to you, listing only those persons authorized to place calls against the agreement. It is your responsibility to ensure only calls from authorized individuals are accepted. All payments under this agreement are expected to be made with the Government Purchase Card (MasterCard).


If a BPA is awarded to your firm it will be prepared in accordance with the provisions of the Federal Acquisition Regulation and standard procedures contained therein will apply. Please see attached documents pertaining to the BPA. See Instructions to Offerors in section XV prior to sending an offer.


(vii) Delivery schedule shall be 01 January 2020 - 31 December 2020


(viii) The provision at FAR 52.212-1 (Class Deviation 2018-O0018), Instructions to Offerors - Commercial Items, applies to this acquisition.


(ix) The Government will award agreements resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In order to be considered for an agreement, an inspection of the property must take place. Award is based on price, past performance, and technical capability per the Instructions to Offerors on Proposal Evaluation document. The government intends to award five (5) agreements to achieve 200 rooms per RSD weekend, although greater or fewer than five (5) may be awarded.


(x) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with a quote, or be currently registered in the SAM website with Representations and Certifications completed.



The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at https://www.acquisition.gov.


52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13, System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-1 (CD 2018-O0018) Instructions to Offerors - Commercial Items
52.212-2 Evaluation-Commercial Items
52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items
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
52.219-4 (CD 2019-O0003) Notice of Price Evaluation Preference for HUBZone Small Business Concerns
52.214-22 Evaluation of Bids for Multiple Awards
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor - Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.226-6 Promoting Excess Food Donation to Nonprofit Organizations
52.232-36 Payment by Third Party
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.211-7003 Item Unique Identification and Valuation
252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payments Program
252.225-7012 Preference for Certain Domestic Commodities
252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card
252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea


(xiv) DPAS Rating does not apply to this acquisition.


(xv) Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received.


Instructions to Offerors:
1. Return a completed copy of the Information Sheet for each hotel. Rates should be entered as the price per room.
2. Quotes in response to this solicitation must include the Offeror's CAGE Code or DUNS Number.
3. Quotes must be valid until December 31, 2020.
4. Quoters are required to be registered in SAM (https://www.sam.gov) at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. Contractors shall maintain active SAM registration throughout the term of any BPA.
5. Quotes from third party agencies will be considered. Any contractor, whether it is the owner of a hotel property or a third party, must act as the single point of contact in all matters. The contractor shall provide a point of contact who has sufficient authority to authorize changes, address issues within 24 hours, and address emergency issues immediately.


(xvi) All questions shall be in writing. Questions shall be emailed to MSgt Scott Homner at usaf.wi.115-fw.mbx.fw-contracting@mail.mil. Questions not received within a reasonable time prior to the response date may not be answered.




Scott E. Homner, Contract Specialist, Phone 608-245-4757, Email usaf.wi.115-fw.mbx.fw-contracting@mail.mil - Katherine I. Fox, Contracting Officer, Phone 6082454524, Email katherine.i.fox.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP