MODIFICATION
V -- Amendment 01. Added relative importance of evaluation factors.
- Notice Date
- 1/25/2011
- Notice Type
- Modification/Amendment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- 185 ARW/MSC, 2920 Headquarters Avenue, Sioux City, IA 51110-1396
- ZIP Code
- 51110-1396
- Solicitation Number
- W912LP-11-T-0011
- Response Due
- 2/4/2011
- Archive Date
- 4/5/2011
- Point of Contact
- Vicky L. Williams, 712-233-0514
- E-Mail Address
-
185 ARW/MSC
(vicky.williams.1@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. This solicitation, W912LP-11-T-0011, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-47. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 721110 the small business size standard is $30.0 million. The following commercial services are requested in this solicitation: One or multiple Blanket Purchase Agreements (BPAs) for Lodging, as described in the attached Requirements Statement. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. The 185ARW intends to award one or multiple BPAs, based on best value to the Government. The provision at FAR 52.212-2, Evaluation - Commercial Items. Evaluation factors to be considered are a) proximity to the 185ARW, b) proximity to eating and/or entertainment establishments, c) amenities, c) inspection results, d) price and e) past performance. Past performance and other factors, when combined, have approximately the same importance as price. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The offeror must complete Online Representations and Certifications in ORCA at http://orca.bpn.gov to be eligible for award of a BPA. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited within FAR 52.212-5 are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; 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 52.222-26, 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 52.222-54, Employment Eligibility Verification; FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.52.232-36, Payment by Third Party; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts). The clause at FAR 52.232-19, Availability of Funds for the Next Fiscal Year. The clause at DFARS 252.204-7004, Required Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items; specifically, the following clauses cited within DFARS 252.212-7001 are applicable to this solicitation: DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. The full text of the above-referenced FAR and DFARS provisions and clauses may be found at http://www.arnet.gov. All firms must be registered in the Central Contractor Registration database at http://www.ccr.gov to be considered for award. All quotes must be sent to SMSgt Vicky Williams via e-mail vicky.williams.1@ang.af.mil OR mail to 185ARW/MSC, 2920 Headquarters Avenue, Sioux City, IA 51111-1300. Quotes must be received no later than 12:00 PM CST, Friday, February 4, 2011. Questions regarding this solicitation may be directed to SMSgt Vicky Williams at (712) 233-0514 or vicky.williams.1@ang.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13-2/W912LP-11-T-0011/listing.html)
- Place of Performance
- Address: 185 ARW/MSC 2920 Headquarters Avenue, Sioux City IA
- Zip Code: 51110-1396
- Zip Code: 51110-1396
- Record
- SN02366351-W 20110127/110125234656-bf70a648f35016fc2de4a33bf40c115e (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 |