Federal Contract Opportunity

Last Updated on 07 Jan 2025 at 8 PM
Combined Synopsis/Solicitation
Homestead Florida

Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL

Details

Solicitation ID FA664824Q0007
Posted Date 07 Jan 2025 at 8 PM
Response Date 07 Jan 2029 at 9 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa6648 482 Lss Lgc
Agency Department Of Defense
Location Homestead Florida United states 33039

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Amerisourcebergen Drug Corporation

Wayne Chesterbrook Malvern Conshohocken

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Officemax Incorporated

Nashville Charlotte Williston Chesapeake Edwardsville Phoenix Garden grove Naperville Selma Houston Louisville Boise Alexandria Cleveland Hampton Itasca Boca raton Columbus Billerica Menlo park Saint louis Salt lake city Waipahu Warren Orlando Elkridge Carolina Brentwood Maple grove Aurora Pittsburgh Bristol Kent Portland Smyrna Carlstadt Garland

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

Sign up to access Documents

Signup now

This requirement is a set-aside for Small Businesses only and is a combined synopsis/solicitation to award multiple Blank Purchase Agreement (BPAs) for non -personal commercial lodging accommodation within a 30 miles radius of Homestead ARB, FL. This synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 and is supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation. 

This 100% SB set-aside shall use the North American Industry Classification System (NAICS) code 721110, Hotels (except Casino Hotels) and Motels and Product Service Code (PSC) V231, Lodging, Hotel/Motel. The SB size standard is $40 M. Each awarded BPA shall have up to five (5) year period of performance (POP) with a minimum order value of $1.00 up to the established ceiling.

NOTE: The ceiling can be increased/decreased at any time by the Contracting Officer via a bilateral modification to meet current/future needs. Such instances might include COVID-19, national disasters, an/or any instance/reason the Government determines the need for increased/decreased lodging services are needed.

Contractors who want to be considered for a BPA with Homestead ARB shall submit a capability statement showing their aptitude/capability to meet all requirements defined in the BPA Lodging PAP and BPA Lodging SOW attached to this notice.

The capability statement shall include the following:

  1. Contractor’s Name (doing Business as (DBA) Name)
  2. Physical Address with distance from Homestead ARB
  3. Point of Contact to include name, phone number and email address
  4. Verification of SAM registration with UEI and cage code
  5. Capability Statement showing how the Contractor can meet all requirements of this solicitation.
  6. Current Price List within the approved GSA Per Diem Rates that are Tax Exempt and comply with the requests contained in BPA Lodging PAP and BPA Lodging SOW.

Awarded BPA might be made to responsible offerors who provide a capability statement documentation that they can successfully meet all the requirements above AND pass an in-person or virtual initial quality surveillance inspection with no discrepancies.

Contractors who are interested in this requirement shall submit their capability statements to Contract Specialist Tahj Guilford and Contracting Officer Daniela Marton.

Similar Awards

Location Unknown 19 Sep 2011 at 8 PM
Richmond Virginia 19 Sep 2019 at 9 PM
Location Unknown Not Specified
Richmond Virginia 01 May 2019 at 7 PM