Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
MODIFICATION

X -- Lodging Blanket Purchase Agreement (BPA)

Notice Date
9/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
102 IW/MSC, 158 Reilly Street, Room 228, Box 8, Otis ANG Base, MA 02542-5028
 
ZIP Code
02542-5028
 
Solicitation Number
W912SV-15-T-0031
 
Response Due
9/4/2015
 
Archive Date
11/1/2015
 
Point of Contact
Kirk Wetherbee, 508-968-4977
 
E-Mail Address
102 IW/MSC
(kirk.wetherbee@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format and subpart Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as 100% small business set aside; the associated North American Industry Classification System (NAICS) code is 721110 and small business size standard is $32,500,000. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-83 effective 03 August 2015 and Department of Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20150626 effective 26 June 2015. 1. The 102d Intelligence Wing intends to establish a Blanket Purchase Agreement (BPA) with one or more hotels to satisfy lodging requirements for Air National Guard (ANG) personnel. The Government intends to enter into a BPA for a period of five (5) years, from the date of the agreement; the BPA will be reviewed annually for necessity. Please note a BPA is not a contract. A BPA is a streamlined method to fill repetitive needs for services. There is no minimum or maximum guaranteed quantity. Individual calls placed against the BPA shall not exceed $25,000.00. Authorized Callers are the only individuals authorized to place an order/call against the BPA. A listing of Authorized Callers will be distributed to the hotels establishing a BPA with the Government for this requirement. 2. It is anticipated that BPAs will be established across the following two (2) locations in accordance with the attached Performance Work Statement (PWS): a. Otis ANGB, MA : It is the Government's intent to establish a minimum of six (6)/maximum of ten (10) BPAs for this requirement, provided sufficient qualified hotels submit offers. Hotels must be within fifteen (15) miles of Otis ANGB, MA. Hotels must be able to accommodate single and double rate rooms. Hotels must identify their total capacity and price rates. Rates must be honored 365 days a year. b. Hanscom AFB, MA: It is the Government's intent to establish a minimum of two (2)/maximum of three (3) BPAs for this requirement, provided sufficient qualified hotels submit offers. Hotels must be within fifteen (15) miles of Hanscom, MA. Hotels must be able to accommodate single and double rate rooms. Hotels must identify their total capacity and price rates. Rates must be honored 365 days a year. 3. Evaluation Factors-the following factors shall be used to evaluate offers: Price and technical capability of the hotel. Technical capability of the hotel shall be determined by an inspection conducted by various units within the 102d Intelligence Wing, prior to the establishment of a BPA. Hotels that are deemed unsatisfactory in any or all parts of the inspection may not be considered. The overview of the inspection is detailed on the attachment, titled, Evaluation_Factors_for_Technical_Capability. Evaluation is based on FAR 52.212-2. 4. Provision and Clauses-see attached PDF document, FBO_Provisions_Clauses_BPA Lodging. 5. The Government shall not pay more than the per diem rates allowed for each fiscal year. Rates can be found at http://www.defensetravel.dod.mil/site/perdiemCalc.cfm. Per Diem rates are based on the temporary duty (TDY) location, not the lodging facility location [Reference: Joint Travel Regulations, Chapter 4: TDY, Part B: Per Diem, Section 1: General, 4050 Per Diem(A)(4)]. The rates used for this requirement are Otis AGB & ANGB and Hanscom AFB, respectively. 6. In accordance with FAR 52.212-1(k), all offerors must be registered and active in the System for Award Management (SAM). The SAM database can be accessed through https://www.sam.gov. All interested vendors must be able to accept the Government Purchase Card (GPC). The GPC is a Government credit card (Visa) which is tax-exempt and is not subject to surcharges. 7. The request for quote is due NLT 11:00 AM EST on 4 SEPTEMBER 2015. All vendors desiring to be considered must submit the attached PDF document, Rates_and_Capability. Submissions must be emailed to kirk.b.wetherbee.mil@mail.mil. It is the best interest of the offeror to ensure the quote submitted is received by the 102IW Contracting Office and are submitted no later than the date and time specified. Failure to provide all requested information per this announcement may cause your offer to be considered non-responsive. All questions must be submitted in writing to kirk.b.wetherbee.mil@mail.mil. Offers will not be accepted from any third party agencies. Offers will only be accepted from hotels within the requested areas.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-1/W912SV-15-T-0031/listing.html)
 
Place of Performance
Address: 102d Intelligence Wing 158 Reilly Street Otis ANG Base MA
Zip Code: 02542-5028
 
Record
SN03867894-W 20150904/150902235718-768a5651504029e22757bedf691a2365 (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.