Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2010 FBO #3066
SOLICITATION NOTICE

V -- Blanket Purchase Agreement for hotels in Lincoln Nebraska

Notice Date
4/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
155 ARW/MSC, 1234 Military Road, Lincoln, NE 68508-1092
 
ZIP Code
68508-1092
 
Solicitation Number
W9124310T0100
 
Response Due
4/30/2010
 
Archive Date
6/29/2010
 
Point of Contact
Jennifer Eloge, 4023097596
 
E-Mail Address
155 ARW/MSC
(jennifer.eloge@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. The Nebraska Air National Guard 155th Air Refueling Wing intends to establish one or more Blanket Purchase Agreements (BPA) with hotels in the Lincoln Airport area to satisfy lodging requirements for people during Unit Training Assembly (UTA) weekends and Annual Training dates. The Government is seeking to enter into a Blanket Purchase Agreement (BPA) with vendors who will compete for BPA Calls and can demonstrate capability of providing lodging accommodations for eligible members of the unit. See Statement of Work dated 13 April 2010 which is attached. Wage Determination number 1995-0823 Rev. 20 dated 5/26/09 shall apply and is also attached. The Government intends to enter into a Blanket Purchase Agreement for one base year with three option years. Lodging Facilities must be located within Lincoln Nebraska.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 the GSA FedRooms annual rate or better. All vendors must be U.S. Fire Administration/FEMA compliant. Vendors have 15 days to respond. Responses will not be accepted after 8:00 CST on 30 April 2010. BPA will be awarded based on location, meets all criteria of SOW and price. Any vendor desiring to be considered for BPA award must submit their company's capabilities to meet the attached Scope of Work and proposed room rates to the 155 MSG/MSC @USPFO, Nebraska Air National Guard, Base Contracting Office, 1243 Military Rd, Lincoln, NE 68508, POC: Jennifer Eloge Jennifer.eloge@us.army.mil (402) 309-7596 NLT 8:00 CST on 30 April 2010. The North American Industry Classification System (NAICS) code for this work is 721110. The small business size standard is $7 million. The following provisions and clauses (current through FAC 2005-38 effective 10 Dec 2009) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-1 (Alt I) - Small Business Program Representation, FAR 52.219-6 - Notice of Total Small Business Set-Aside, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-22 - Previous Contracts and Compliance Reports, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim, FAR 52.243-1 - Changes - Fixed Price, FAR 52. 246-1- Contractor Inspection Requirements, FAR 52.247-34 - FOB Destination, FAR 52.249-1 - Termination for Convenience (Fixed Price), FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.219-7011- Notification to Delay Performance, DFARS 252.232-7009- Mandatory Payment by Governmentwide Commercial Purchase Card, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, DFARS 252.232-7010 - Levies on Contract Payments, DFARS 252.243-7001 - Pricing of Contract Modifications, AFFARS 5353.201-9101 - Ombudsman. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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/these address(es): http://farsite.hill.af.mil/ IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA25-1/W9124310T0100/listing.html)
 
Place of Performance
Address: 155 ARW/MSC 1234 Military Rd Lincoln NE
Zip Code: 68508-1092
 
Record
SN02123169-W 20100417/100415235238-e8807d1f3c85b5625eb50e75f2d0508a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.