Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2012 FBO #3786
SOLICITATION NOTICE

V -- Hotel Blanket Purchase Agreement for Lincoln NE

Notice Date
4/4/2012
 
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
W9124312T0800
 
Response Due
4/19/2012
 
Archive Date
6/18/2012
 
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. 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 National Guard Wing intends to establish a Blanket Purchase agreement (BPA) for one or more with hotels in the Lincoln Nebraska Airport (ANG) area to satisfy lodging requirements for people during Unit Training Assembly (UTA) weekend s. This will be awarded as 1 base year and 4 possible option years. We will let winner know the dates for the upcoming year as we receive them. Please include your CAGE in your quote. Current UTA dates 2012 June 2/3 July 28/29 August 4/5 September 8/9 October 13/14 November 3/4 December 8/9 See Statement of Work dated 04 April 2012 which is attached. Wage Determination shall apply and is also attached. Lodging Facilities must be located within as close as possible to Lincoln Airport 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 14 days to respond. Responses will not be accepted after 4:00PM CST on 18 April 2012. All hotels within the competitive range will be inspected before BPA is awarded. Also, inspections will be done throughout the year. Any vendor desiring to be considered for award must submit their company's capabilities to meet the attached Scope of Work and proposed room rates to the USPFO, Nebraska National Guard, Base Contracting Office, 1234 Military Rd, Lincoln, NE 68504 POC: Jennifer Eloge jennifer.eloge@us.af.mil (402) 309-7596 4:00PM CST on 18 April 2012. The North American Industry Classification System (NAICS) code for this work is 721110. The small business size standard is $7 million. This is a total small business set aside. All responsive quotes will be considered. The following provisions and clauses 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 52.217-8 and 9 Options to extend, 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/W9124312T0800/listing.html)
 
Place of Performance
Address: 155 ARW/MSC 1234 Military Road, Lincoln NE
Zip Code: 68508-1092
 
Record
SN02714165-W 20120406/120404235706-350cb036c34ce37c3f8aa2defa60df29 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.