Illinois Bids > Bid Detail

183d Wing Lodging Blanket Purchase Agreement(s)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159093237514570
Posted Date: Jan 10, 2023
Due Date: Feb 3, 2023
Solicitation No: W50S7U-23-Q-0001
Source: https://sam.gov/opp/be3f56a20c...
Follow
183d Wing Lodging Blanket Purchase Agreement(s)
Active
Contract Opportunity
Notice ID
W50S7U-23-Q-0001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7M6 USPFO ACTIVITY ILANG 183
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 10, 2023 03:09 pm CST
  • Original Date Offers Due: Feb 03, 2023 10:00 am CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: V231 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL
  • NAICS Code:
    • 721110 - Hotels (except Casino Hotels) and Motels
  • Place of Performance:
    Springfield , IL
    USA
Description

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.



Using FAR Part 13, Simplified Acquisition Procedures: we are issuing a multiple award Blanket Purchase Agreements (BPAs) for non-personal commercial lodging services within a thirteen (13) mile radius of the 183d Wing, Springfield, IL.



The following solicitation document, incorporated provisions, and clauses are in effect through Federal Acquisition Circular 2022-08 (effective 28 Oct 22).



This solicitation has been set aside for 100% Small Business under the 721110 NAICS Code, with a small business size standard of $40M. Product Service Code (PSC) V231. The Government intends to award a multiple BPA’s, Firm-Fixed Price order. Each awarded BPA shall have up to a three (3) year period of performance (POP) with a minimum order value of $1.00 up to the established ceiling of $250,000.00. NOTE: The ceiling can be increased/decreased at any time by the Contracting Officer (KO) via a bilateral modification to meet current/future needs.



Contractors who want to be considered for a BPA with 183d Wing shall submit a capability statement showing their aptitude/capability to meet all requirements defined in Attachment One (1) – Statement of Work (SOW). The capability statement shall include the following:



Contractors Name (Doing Business as (DBA) Name).



Physical Address.



Point of Contact to include name, phone number, and email address.



Verification of SAM Registration and/or UEID/ Cage Numbers.



Small Business Identification and Size



Capability statement showing how the Contractor can meet all requirements of this solicitation including: ability to block off rooms for reservation at or below the approved GSA Per Diem Rates.



Awarded BPAs shall be made to the responsible offeror(s) who provide a capability statement documenting that they can successfully meet all of the requirements above AND pass an in-person or virtual initial quality surveillance inspection with no discrepancies. Awarded BPAs shall incorporate all Terms and Conditions defined in combined synopsis/solicitation reference.



Requirement Title: 183d Wing, Illinois Air National Guard Lodging



Solicitation Number: W50S7U-22-Q-0001



Solicitation Issue Date: 10 January 2023



Requests for Information (RFIs): 20 January 2023 NLT 10:00AM CS



Quote Due Date: 03 February 2023 NLT 10:00AM CST



*Acceptance only via e-mail* Contracting Office:



Point(s) of Contact: 2d Lt Alicia Braun: Alica.Braun@us.af.mil



CMSgt Brent Keller: Brent.keller.1@us.af.mil



All quotes and questions submittals must be emailed to the Point(s) of contact identified above. No personal emails or phones call will be accepted.





NOTE: GOVERNMENT WILL NOT AWARD TO THIRD (3rd) PARTY ENTITIES.



No third-party contracts shall be utilized. The government intends to work directly with each BPA holder to ensure timely communication between the vendor and Government.





The government request quotes for the following item (s):



Line Item 0001



Single Occupancy Room





Line Item 0002



Double Occupancy Room





Note: The Government is Tax Exempt with the exception of State Tax and Bed/Occupancy Room Tax. Those additional taxes will be added to the room rate after award.



The following provisions are included by reference for the purposes of this combined synopsis/solicitation:



52.204-16 Commercial and Government Entity Code Reporting;



52.204-22 Alternative Line Item Proposal 52.212-1 Instructions to Offerors –Commercial Items;



252.203-7005 Representation Relating to Compensation of Former DoD Officials;



252.204-7008 Compliance with Safeguarding Covered Defense Information Controls



252.204-7011 Alternative Line Item Structure



252.225-7031 Secondary Arab Boycott of Israel



252.225-7035 Alt. 1 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Alternate1)



The following provisions are included by full text for the purposes of this combined synopsis/solicitation



FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) applies to this acquisition. The evaluation factors are as follows;



Basis for Award: The Government intends to issue a BPA to responsible offeror(s) whose offer represents the best value to the Government. The Government reserves the right to award multiple BPAs under this solicitation to meet the Government’s requirement. If you are interested in the possible establishment of a BPA under this solicitation, please submit a technical capabilities statement and a price list for single and double occupancy rooms.



The Government intends to award an agreement resulting from this solicitation to the responsible vendor whose offer conforming to the solicitation will be most advantageous to the Government, considering price and other factors listed in this provision.



In accordance with FAR 13.1, the Government will utilize subjective comparative analysis, and give preliminary consideration to all offers received in response to this solicitation. The Government will identify from all evaluated quotes, readily discernible value indicators that fall within the parameters of price, technical capability, and other factors.



The Government intends to make an award without conducting exchanges with vendors after the close of the Request for Quote. Therefore, vendors should provide their capability statements to the Government in their initial quote. However, the Government reserves the right to enter into exchanges with all, some, or none of the offers at any time during the evaluation period if deemed in the best interests of the Government to do so.



Evaluation Factors: The following factors shall be used to evaluate quotes to award an agreement that represents the best value to the Government:



Technical: The offeror shall clearly identify all criteria in their capabilities statement and any amenities above the minimum outlined in the SOW. An evaluation will be conducted against the evaluation criteria and the offerors technical capabilities statement(s).



Price: The individual room rates shall not exceed the maximum allowable General Services Administration (GSA) Federal Travel Regulation (FTR) per diem rates for Springfield, IL. lodging, which can be found at https://www.gsa.gov/travel/plan-book/per-diem-rates. Room rates can be lower than the per diem rates found on the website.



A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(End of provision)



FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services.



“A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:



(End of provision)



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.



As prescribed in 4.2105(a), insert the following provision:



Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)



The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it “does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument” in the provision at 52.204-26, Covered Telecommunications Equipment or Services—Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items.



(a) Definitions. As used in this provision—



Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.



(b) Prohibition.



(1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to—



(i)Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or



(ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles.



(2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to—



(i)Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or



(ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles.



(c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for “covered telecommunications equipment or services”.



(d) Representation. The Offeror represents that—



(1)It [ ___ ] will, [ ___ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds “will” in paragraph (d)(1) of this section; and



(2)After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that—



It [ ___ ] does, [ ___ ] does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds “does” in paragraph (d)(2) of this section.



(e) Disclosures.



(1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded “will” in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer:



(i)For covered equipment—



(A)The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known);



(B)A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and



(C)Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.



(ii)For covered services—



(A)If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or



(B)If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.



(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded “does” in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer:



(i)For covered equipment—



(A)The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known);



(B)A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and



(C)Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.



(ii)For covered services—



(A)If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or



(B)If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.



(End of provision)



52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES--REPRESENTATION (OCT



2020)



(a) Definitions. As used in this provision, “covered telecommunications equipment or services” and "reasonable



inquiry" have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain



Telecommunications and Video Surveillance Services or Equipment.



(b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM)



(https://www.sam.gov) for entities excluded from receiving federal awards for “covered telecommunications equipment or services”.



(c) Representations.



(1) The Offeror represents that it [ ___ ] does, [ ___ ] does not provide covered telecommunications equipment or



services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument.



(2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it [ ___ ] does, [ ___ ] does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services.



(End of provision)



The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order:



52.202—Definitions;



52.203-3 Gratuities;



52.203-5 Covenant Against Contingent Fees;



52.203-6 Restrictions on Subcontractor Sales to the Government;



52.203-7 Anti-Kickback Procedures;



52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights;



52.204-18 Commercial and Government Entity Code Maintenance;



52.204-16 Incorporation by Reference of Representations and Certifications;



52.204-21 Basic Safeguarding of Covered Contractor Information Systems;



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities;



52-204-25 Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment;



52.204-26 Covered Telecommunications Equipment or Services—Representation (Dec 2019);



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations;



52.209-6 Protecting the Government’s Interest When Subcontracting with contractors Debarred, Suspended, or Proposed for Debarment;



52.212-4 Contract Terms and Conditions Commercial Items;



52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dev,);



52.219-6 Notice of Total Small Business Set-Aside;



52.219-28 Post Award Small Business Program Representation;



52.222-3 Convict Labor;



52.222-21 Prohibition of Segregated Facilities;



52.222-26 Equal Opportunity;



52.222-35 Equal Opportunity for Veterans;



52.222-36 Equal Opportunities for Workers with Disabilities;



52.222-37 Employment Reports on Veterants;



52.222-50 Combating Trafficking in Persons;



52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving;



52.225-13 Restrictions on Certain Foreign Purchases;



52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration;



52.232-40 Providing Accelerated Payments to Small Business Subcontractors;



52.233-3 Protest After Award;



52.233-4 Applicable Law for Breach of Contract Claim;



52.252-2 Clauses Incorporated by Reference, http://www.acquisition.gov;



52.252-6 Authorized Deviations in Clauses;



252.203-7000 Requirements relating to Compensation of Former DoD Officials;



252.203-7002 Requirements to Inform Employees of Whistleblower Rights;



252.204-7015 Disclosure of Information to Litigation Support Contractors;



252.211-7003 Item Unique Identification and Valuation;



252.223-7008 Prohibition of Hexavalent Chromium;



252.225-7048 Export-Controlled Items;



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 Payments;



252.244-7000 Subcontracts for Commercial Items;



252.244-7023 Transportation of Supplies by Sea;



Quotes are due back to the government NO LATER THAN 03 February 2023 NLT 10:00AM CST. Late quotes will not be accepted.



Submit all offers in response to this synopsis/solicitation electronically to:



2d Lt. Alicia Braun: Alica.Braun@us.af.mil



CMSgt Brent Keller: Brent.keller.1@us.af.mil



Attachment:



SOW






Attachments/Links
Contact Information
Contracting Office Address
  • KO DODAAC FOR ILANG DO NOT DELETE 3101 J DAVID JONES PKW CAPITOL APRT
  • SPRINGFIELD , IL 62707-5003
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 10, 2023 03:09 pm CSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >