Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOLICITATION NOTICE

V -- Lodging Maryland Army National Guard 629th MI BN - Package #1 - Package #2

Notice Date
11/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, Maryland, 21078-4094
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-19-Q-0006
 
Point of Contact
John Ebmeier,
 
E-Mail Address
ng.md.mdarng.list.uspfo-arpc@mail.mil
(ng.md.mdarng.list.uspfo-arpc@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Evaluation Factors 629th Scope of Work Dec. Subject: The Maryland Army National Guard requires for lodging for 28 Soldiers on the dates listed in order to support training sessions in the vicinity of MDARNG at 8601 Odell Road Laurel, MD 20708. Purpose: Maryland Army National Guard (MDARNG) proposes to enter into a Firm-Fixed Price Contract to procure lodging for 629 th MI BN. Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in the Federal Acquisition Regulations (FAR) 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. Solicitation W912K6-19-Q-0006 is issued as a Request for Quotation (RFQ). The results of this requirement will be a Firm-Fixed Priced (FFP) contract. The right to make no award is reserved in the event it is advantageous to the Government to do so. The RFQ is being conducted as a 100% small business set-aside. This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-100. This requirement will be awarded on an all or none basis as a commercial item Fixed Price purchase order under procedures on FAR Parts 12 and 13. Offer/Bid must be valid for 30 days. The applicable North American Industry Classification Standard (NAICS) code is 721110. The small business size standard is $32.5M. This is a Total Small Business Set Aside. Contract Type and Evaluation Criteria : Award will be made to the responsive and responsible offeror that is the Best Value to the government. The applicable North American Industry Classification Standard (NAICS) code is 721110. The small business size standard is $32.5M. The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical; (2) Price. **[See attachment Evaluation Factors for Award for further information] Site Visit: N/A Acceptance Criteria : All rooms will be in a FEMA approved hotel/motel for federal lodging, and the room rates should be at or below the Government/Military rates. Check-in will be the first date and checkout the last dates listen on the SOW. Notes: Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. System for Award Management (SAM) SAM.gov REGISTRATION IS FREE: There is NO FEE to register, or maintain your registration, in the System for Award Management (SAM.gov). If you receive an email from a company claiming to represent SAM.gov, be cautious. If you get an e-mail from a company offering to help you register in SAM.gov asking you to contact them and pay them money, be cautious. These messages are not from the Federal Government. It is FREE TO REGISTER in SAM.gov for any entity. You will need your DUNS number to register. Instructions for registering are on the web page provided. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf Applicable Clauses/Regulations : 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ 52.252-2, Clauses Incorporated by Reference 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/ 52.204-7, System for Award Management. 52.204-13, System for Award Management Maintenance. 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on technical acceptability and price. Offeror must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial applies to this acquisition. 52.222-50, Combating Trafficking in Persons 52.233-3, Protest after Award. 52.233-4, Applicable law for Breach of Contract Claim. 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-Aside Orders 52.219-28, Post Award Small Business Program Representation. 52.204-10, Reporting Executive Compensation on First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation. 52.222-3, Convict Labor. 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer 52.225-18, Place of Manufacture 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations 52.232-40-Providing Accelerated Payments to Small Business Subcontractors 52.246-16, Responsibility for Supplies 52.247-34, F.O.B. Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, System for Award Management applies to this acquisition. 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payment 252.247-7023, Transportation of Supplies by Sea The hotel must be in compliance with the Hotel & Motel Fire Safety Act of 1990. https://www.gsa.gov/travel/plan- book/per-diem-rates/fire-safe-hotels. Site Visit: No site visit required. Quotes shall be submitted by email to John Ebmeier, Contracting Specialist, at ng.md.mdarng.list.uspfo-arpc@mail.mil; no later than November 26 2018, 5:00 PM EST. Quotes shall be clearly marked RFQ W912K6-19-Q-0006. Offerors are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted via email to John Ebmeier at ng.md.mdarng.list.uspfo-arpc@mail.mil no later than November 12 by 10:00 AM EST. Questions not received within the allowable time may not be considered. Point of Contact: USPFO for Maryland, Contracting Division at ng.md.mdarng.list.uspfo-arpc@mail.mil. Contracting Office Address: USP&FO for Maryland, Purchasing and Contracting Division 301 Old Bay Lane State Military Reservation Havre de Grace, Maryland 21078-4003 United States Primary Point of Contact: John Ebmeier Contract Specialist ng.md.mdarng.list.uspfo-arpc@mail.mil ATTACHMENTS: 1. Evaluation Factors 2. Scope of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-19-Q-0006/listing.html)
 
Record
SN05145892-W 20181109/181107230607-b557825493f6f3b4f3f0243e2453b225 (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.