Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
SOLICITATION NOTICE

V -- UTA Lodging - Wage Determination - RFQ

Notice Date
6/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 146 MSG/MSC, CA ANG, 119 MULCAHEY DRIVE, PORT HUENEME, California, 93041-4011, United States
 
ZIP Code
93041-4011
 
Solicitation Number
W912LA-17-T-9002
 
Archive Date
8/11/2017
 
Point of Contact
Steve Sisneros, Phone: 8059867971, Jennifer L. Jackson-Garcia, Phone: 8059867970
 
E-Mail Address
steven.a.sisneros2.mil@mail.mil, jennifer.l.jacksongarcia.mil@mail.mil
(steven.a.sisneros2.mil@mail.mil, jennifer.l.jacksongarcia.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ Attachment 3 - PWS Attachment 2 - Clauses and Provisions Attachment 1 - CLIN Price Sheet SCA Wage Determination 27 June 2017 COMBINED SYNOPSIS/SOLICITATION 1. Solicitation. 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; quotes are being requested and a written solicitation will not be issued. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available 146 MSG/MSC intends to utilize this Request for Quote (RFQ), under solicitation number W912LA-17-T-9002, to award a Firm Fixed Price (FFP) type contract for the services to support the Channel Islands Air National Guard Station (CIANGS) Uniform Training Assembly (UTA) Lodging. The Government intends to award one contract to the responsible offeror whose offer represents the Best Value to the Government. However, the Government reserves the right to award multiple contracts under this RFQ to meet the requirement. This document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-95, Defense Acquisition Circular DPN 20161222, and Army Federal Acquisition Regulation Supplement Revision #26. This requirement is being solicited 100% small business set-aside. The NAICS code for this acquisition is 721110 and the Small Business size standard is $32,500,000.00. All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with System for Award Management (SAM) at http://www.sam.gov. See the attached CLIN Structure Price Sheet (Attachment 1) in accordance with FAR 12.603(c)(v) The Period of Performance for this requirement is 8 Sept 2017 - 8 Sept 2018. Refer to attachment 1 for schedule of UTA dates and nights of rooms required. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jul 2016) Alternate 1 (Oct 2014), or ensure the Representations and Certifications are updated at www.sam.gov. FAR 52.212-1, Instructions to Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this solicitation and are listed in Attachment 2. Attachment 2 identifies the applicable clauses and provisions to this RFQ. All clauses and provisions may be found in full text at the following site: http://farsite.hill.af.mil. 2. Description of Requirement - The purpose of this requirement is to provide 4 Star lodging accommodations (single occupancy, double occupancy, non-smoking rooms) for 146 AW Air National Guard, personnel assigned to duty at Channel Islands Air National Guard (CIANG), CA. (see Attachment 3, PWS). 3. Basis for Award - The Government intends to award without discussions one firm fixed price (FFP) contract for the acquisition of UTA Lodging multiple CLINs (Attachment 1). All interested parties must quote on CLINs 0001, 0002, and 0003 to be considered a complete quote. Award will be made to the lowest price responsible offeror that is determined to be technically acceptable. The Government intends to select one contractor; however, the Government reserves the right to make multiple awards or award no contract at all. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. The responses to this RFQ are intended to be evaluated, and award made, without discussions unless discussions are deemed to be necessary. 4. Best Value Evaluation. For this procurement, the Best Value determination will be made as Lowest Price Technically Acceptable (LPTA). The following factors will be used to evaluate offers: A) Price and B) Technical. The following process will be followed: A. Price will contribute substantially to the source selection decision. The Government will evaluate the price information submitted in each offeror's price proposal. Any other data provided by the offeror with their price proposal that is not required will not be considered or evaluated. B. Technical will be evaluated by the ratings listed below. The failure of an offeror to meet the requirements of a factor or subfactor will result in an unacceptable rating. The technical, past performance, and subcontracting plan factors will receive one of the ratings listed below: (1) Acceptable: Quote clearly meets the requirements of the solicitation. (2) Unacceptable: The quote does not clearly meet the requirements of the solicitation. C. Technical: Technical acceptability will be based on the proposals compliance with the Solicitation and PWS. Offerors that provide solutions that meet the intent of this requirement without additional requirements will be evaluated for award. D. Past Performance: The Government will determine acceptability based on either Contractor Performance Assessment Reporting System (CPARS) ratings, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontracting Reporting System (eSRS) or from other sources (if necessary). Recency of past performance is determined by work completed within the past three (3) years. Relevancy is based on work that has dealt directly with maintenance of large robotics/equipment. If an offeror has no recent or relevant past performance, past performance will be treated as neutral, resulting in an acceptable rating. 5. Service Contract Labor Standards (SCLS) - The SCLS applies to this contract. Escalation of SCLS components is in violation of FAR 52.222-43(b) "the Contractor warrants that the prices in this contract do not include any allowance for any contingency to cover increased costs for which adjustment is provided under this clause". The wage determination will be provided at the time of award based on the successful offerors place of performance. 6. Additional Instructions to Offerors. Vendors shall respond to this RFQ via email by 27 July 2017 at 1400 hours (2:00 pm) Pacific Standard Time (PST). All quotes should be sent to the Contracting Officer, Steve Sisneros, at steven.a.sisneros2.mil@mail.mil (phone number: (805) 986-7971) and Jennifer Jackson Garcia at jennifer.l.jacksongarcia.mil@mail.mil before the due date and time specified. Any quote, modification, or revision of a quote received after the exact time specified for receipt of quotes is "late" and shall not be considered. All offers must list DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. To obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. 7. Questions. All questions regarding the RFQ package must be submitted to the above e-mail addresses by 11 July 2017 at 1400 (2:00 pm) Pacific Standard Time (PST). Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered. 8. Organizational Conflicts of Interest : All offerors shall i dentify any conflict of interest or appearance issues that might be a potential Organizational Conflict of Interest. 9. Notice to Offerors: The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Submitted offers shall be valid for 60 days after the closing date of the RFQ. Attachments: 1. CLIN Price Sheet 2. Clauses and Provisions 3. Performance Work Statement (PWS)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-4/W912LA-17-T-9002/listing.html)
 
Place of Performance
Address: 4146 Naval Air Road, Port Hueneme, California, 93041, United States
Zip Code: 93041
 
Record
SN04558610-W 20170629/170627234742-304e57a83ee1dbd49d7d80fa7e62205d (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.