Federal Bid

Last Updated on 01 Nov 2017 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

185th Lodging BPA

Solicitation ID W912LP-17-Q-7242
Posted Date 03 Oct 2017 at 5 PM
Archive Date 01 Nov 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7m8 Uspfo Activity Iaang 185
Agency Department Of Defense
Location United states

This solicitation, W912LP-17-Q-7242, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective 19 Jan 2017. This procurement is set aside 100% for small business. The NAICS code is 721110 and the small business size standard is $32.5 million. The government intends to award multiple Blanket Purchase Agreements (BPAs) as a result of this solicitation. The following commercial item is requested in this solicitation:

Lodging Blanket Purchase Agreements (BPAs) for personnel performing Unit Training Assemblies (UTAs) at the 185th Air Refueling Wing, Iowa Air National Guard, Sioux City, Iowa. Reference Attachment 5, 185ARW Lodging Requirements, for specific requirements.

Submission Requirements: Contractor shall submit the following documents with their quotation package:
1. Cover letter on company letterhead identifying sales and billing points of contact (POCs) who will be assigned to the account, to include names, telephone numbers and email addresses.
2. Complete and return the BPA Pricing page of Attachment 2.
3. If room rates include taxes, fees, or surcharges, provide the citation from state and/or local law or code that authorizes such fees for federal government direct-bill customers.
4. Complete and return the Representations and Certifications identified in Attachment 1.
5. Complete and return the Tax Liability Form in Attachment 2
6. Provide a list of hotel/motel amenities to be provided at quoted room rate.
7. Provide a minimum of three (3) references for contracts of similar size and scope.

The following provisions are incorporated into this solicitation by reference:
FAR 52.212-1, Instructions to Offerors - Commercial
FAR 52.204-16, Commercial and Government Entity Code Reporting
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7011, Alternative Line Item Structure
DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations

The following clauses are incorporated into this solicitation by reference:
FAR 52.212-4, Contract Terms and Conditions - Commercial Items
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7048, Export Controlled Items
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7009, Mandatory Payment by Governmentwide Commercial Purchase Card
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea

The following provisions are incorporated by full text. The full text is found in Attachment 1 titled Full-Text Provisions and Clauses.
FAR 52.212-2, Evaluation - Commercial Items
DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials
DFARS 252.204-7011, Alternative Line Item Structure

The following provisions are incorporated by full text. The full text is found in Attachment 2 titled Tax Liability Form.
FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law


(Offerors shall include completed copies of the certifications within the following provisions with their offer.)
FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I

The following clauses are incorporated by full text. The full text is found in Attachment 1 titled Full-Text Provisions and Clauses.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items

A pre-solicitation meeting for interested vendors will be held at 10:00 AM on Monday, 18 September 2017 at the 185th ARW, 2920 Headquarters Ave, Bldg. 269 Headquarters Conference Room, Sioux City, IA 51111. Please notify MSgt Harbit if you intend to attend the meeting, and provide the names of individuals who will be attending.

Questions regarding this solicitation shall be emailed to MSgt Harbit no later than 4:30 PM on 25 September 2017. Questions and Answers will be consolidated into a single Q&A document on a non-attribution basis and posted to the solicitation. Proposals are due at 1:00 PM on Thursday, 5 October 2017, at 185ARW/MSC, ATTN: MSGT ALLISON HARBIT, 2920 HEADQUARTERS AVENUE, SIOUX CITY, IA 51111-1300. Quotations may be mailed to the address indicated or emailed to MSgt Harbit at [email protected]. Facsimile quotations will not be accepted. It is the vendor's responsibility to verify that quotes have been received at the Contracting Office prior to the due date and time.

 

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 20 Jun 2018 at 3 PM
Location Unknown 07 May 2019 at 3 PM
Location Unknown 11 Dec 2015 at 9 PM
Sioux city Iowa 16 Mar 2020 at 4 PM
Sioux city Iowa 12 May 2021 at 1 PM

Similar Opportunities

Louisville Tennessee 15 Jul 2025 at 2 PM
Birmingham Alabama 24 Jul 2025 at 6 PM
Birmingham Alabama 24 Jul 2025 at 6 PM
Scott air force base Illinois 16 Jul 2025 at 5 PM