WARB Auxiliary Lodging BPA

Agency: DEPT OF DEFENSE
State: Massachusetts
Type of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Posted: Dec 8, 2022
Due: Dec 22, 2022
Solicitation No: FA660623Q0003
Publication URL: To access bid details, please log in.
Follow
WARB Auxiliary Lodging BPA
Active
Contract Opportunity
Notice ID
FA660623Q0003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFRC
Office
FA6606 439 CONF PK
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 08, 2022 01:16 pm EST
  • Original Date Offers Due: Dec 22, 2022 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • 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:
    Chicopee , MA 01022
    USA
Description

(i) 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; proposals are being requested and a written solicitation will not be issued.



(ii) Solicitation number FA660623Q0003, is hereby issued as a Request for Quote (RFQ) for Westover Air Reserve Base (WARB) Axillary Lodging BPA for lodging services. Multiple Blanket Purchase Agreements (BPA) will be issued without discussions as a Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures. The government intends to award up to 15 BPA’s with a maximum value of $500,000.00.



(iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2022-08, Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20221028, and Air Force Federal Acquisition Regulation Supplement (AFFARS) Publication Notice 20220701. It is the contractor's responsibility to become familiar with applicable provisions and clauses by visiting https://www.acquisition.gov/.



(iv) This solicitation is full and open, in accordance with FAR 6.202. The North American Industry Classification System Code (NAICS) is 721110 – Hotels (except Casino Hotels) and Motels; Small Business Size Standard is $35,000,000 dollars.



(v) Price list: items, quantities, and units of measure:



*See attachment "FA660623Q0003 Quote Schedule"*



(vi) Description of Requirement: The vendor will provide WARB Axillary Lodging BPA for lodging services:



*See attachment 1 “SOW - Westover Lodging” dated 19 October 2022 for a specific breakdown of agency needs*



**Period of Performance: Five (5) year ordering period from Agreement Award Date. Forecasted period is between 16 December 2022 – 15 December 2027. For Single and Double Occupancy rooms, not to exceed the published GSA per diem rate for the County that the lodging facilities is located in.



(vii) Invoice Acceptance is: 439 FSS, Westover ARB, 171 Galaxy Rd, Chicopee, MA 01022.



(viii) Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Quotes submitted in response to this solicitation shall be submitted via email no later than Thursday, 22 December 2022, by 5:00 pm EST. In order to be considered for award, quotes shall be submitted to Robert Stacy at the email listed below.



Quotes must include the following information with their quote: Pricing, Company Name & Address, Point of Contract, Telephone, Email, Cage Code, Unique Entity ID, and Business Size.



This is a Firm-Fixed Price (FFP) requirement. To be eligible for contract agreement, offerors shall have a current registration in the System for Award Management (SAM) at https://www.sam.gov as of the date of award determination to be eligible for award. Offeror shall ensure all representations and certifications are current in SAM as a condition of award. Failure to have an active SAM registration may result in the vendor being deemed ineligible for contract agreement. Vendor shall provide their Unique Entity ID (UEI) number at the time of submitting a quote.



Late quotes shall processed in accordance with FAR 52.212(f) – Late submissions, modifications, revisions, and withdrawals of offers.



If vendor hasn’t certified their SAM profile, they MUST certify provision 52.204-24 and 52.204-26 by completing the attached PDF titled, “Provisions and Clauses Fill In” and submitting it with their quotes.



Vendor Solicitation amendments, if any, need to be acknowledged.



(ix) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. See attachment “Solicitation - FA660623Q0003” for full text.



(x) Vendors must certify provision 52.212-3, Offeror Representations and Certifications-Commercial Items, if they have not completed the annual reps and certs in SAM, by filling in the appropriate fields in attached PDF titled, “Provisions and Clauses Fill In” and submitting with your quote.



(xi) Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.



(xii) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.



(xiii) IAW FAR 52.204-16, prospective awardees shall have an active Unique Entity ID (UEI) number prior to award of a government contract. To register for a n UEI and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Work Flow (WAWF) located at https://piee.eb.mil/piee-landing/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered.



(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition.



(xv) Quotes must be submitted via email no later than (NLT) 5:00 PM EST, 22 December 2022 to robert.stacy.2@us.af.mil with "Solicitation FA660623Q0003" in the subject line. Requests for Information (RFI) concerning this requirement must be submitted in writing to the email list above NLT 2:00 PM EST, 19 December 2022.



(xvi) Questions concerning this soliciting should be directed to Robert Stacy at robert.stacy.2@us.af.mil.



(xvii) Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made.



Notice to Offerors:



Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring products or services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly re-procurements. Establishment of a BPA does not guarantee calls will be made. There is no minimum guaranteed quantity. The Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice.



The Government may request a site visit with any offeror to establish acceptability. Awarded BPA holders undergo annual visits to ensure standards are met. Each BPA may have up to a five (5) year ordering period with a ceiling not to exceed $500,000, the BPA will expire after 5 years or the ceiling is reached. The ceiling of each agreement can be increased or decreased at any time by the Contracting Officer (CO) via a bilateral modification to meet current and future requirements. Such instances can include pandemics, natural disasters, and any other reason the Government determines the need for increased or decreased lodging accommodations are needed. Funding is not assigned to the BPA, as a Government Purchase Card (GPC) will be used for call orders. As a Governmental agency, Westover is tax exempt from paying any federal or state taxes. (*Notice to any Vendor that is not a lodging business, Westover’s tax-exempt status DOES NOT apply to 3rd party vendors. Any non-lodging vendor will be required to pay federal and/or state taxes. These charges cannot be passed along to the Westover Government Purchase Card holder).



The Government will only be obligated to the extent of calls placed against an awarded BPA. BPA calls will be competed among BPA awardees with lodging facilities in the desired area by requesting quotes. The Government will rotate vendors under their discretion and vendor availability. The call will then be placed based on the quote that is most advantageous to the Government.




Attachments/Links
Contact Information
Contracting Office Address
  • CP 413 557 3508 250 AIRLIFT DR BLDG 2400
  • WESTOVER AFB , MA 01022-1508
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 08, 2022 01:16 pm ESTCombined Synopsis/Solicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Bid Solicitation: BD-24-1031-LSH00-LSH01-99356 Responses Due in 3767 Days, 21 Hours, 30 Minutes Header

Commonwealth of Massachusetts

Bid Due: 6/30/2034

Lease of MacDougall Hall, Former Fernald State School Pre-Proposal Site Visit: (Meet at

City of Waltham

Bid Due: 6/04/2024

Bid Solicitation: BD-24-1002-1003-001-99487 Responses Due in 41 Days, 20 Hours, 26 Minutes Header

Commonwealth of Massachusetts

Bid Due: 4/18/2024

Bid Solicitation: BD-24-1046-DMF-FWE20-99599 Responses Due in 297 Days, 21 Hours, 31 Minutes Header

Commonwealth of Massachusetts

Bid Due: 12/31/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.