Lodging for Annual Training

Agency: DEPT OF DEFENSE
State: Utah
Type of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Posted: Mar 20, 2024
Due: Mar 28, 2024
Solicitation No: W911YP24R0008
Publication URL: To access bid details, please log in.
Follow
Lodging for Annual Training
Active
Contract Opportunity
Notice ID
W911YP24R0008
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N3 USPFO ACTIVITY UT ARNG
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Mar 20, 2024 07:42 am MDT
  • Original Published Date: Mar 07, 2024 04:44 pm MST
  • Updated Date Offers Due: Mar 28, 2024 10:00 am MDT
  • Original Date Offers Due: Mar 28, 2024 10:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 12, 2024
  • Original Inactive Date: Apr 12, 2024
  • 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:
    UT 84660
    USA
Description View Changes

SOLICITATION: W911YP24R0008

AGENCY/OFFICE & ADDRESS: Utah Army National Guard / USPFO for UT P&C

12953 South Minuteman Drive, Draper, UT 84020

PLACE OF PERFORMANCE: Utah Army National Guard / Spanish Fork, UT

SUBJECT: Lodging for Annual Training

RESPONSE DUE DATE: 10:00 AM MST 28 MAR 2024

CONTRACTING POC: Kris Braun; Email: kristinna.a.braun.civ@army.mil; Phone: 801-432-4145

DESCRIPTION:

*****THIS REQUIREMENT IS BEING SOLICITED AS A SMALL BUSINESS SET-ASIDE. ONLY QUOTES FROM REGISTERED SMALL BUSINESS in SAM.GOV WITH THE APPROPRIATE NAICS WILL BE ACCEPTED*****



This is a combined synopsis/solicitation for commercial products or commercial services 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. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-006. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings.



The Utah Army National Guard has a requirement for Lodging for Annual Training (AT) under Combined Synopsis/Solicitation number W911YP24R0008 and is being issued for Request for Quote (RFQs). This requirement is being solicited as a SMALL BUSINESS SET-ASIDE under NAICS code 721110 - “Hotels (except Casino Hotels) and Motels” which has a Small Business Size Standard of $40 million

(https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf). FOR VENDOR’S QUOTES TO BE

CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE. Wholesaler NAICS codes will not be accepted. THIS REQUIREMENT IS SUBJECT TO AVAILABILITY OF FUNDS, pursuant to FAR 52.232-18.



The Utah Army National Guard is inquiring of eighteen (18) non-smoking with double occupancy rooms for six (6) days with the dates of 05 – 06, 12 – 13, and 19 – 20 APR 2024 and twelve (12) non-smoking with double occupancy rooms for ten (10) days with the dates of 07 – 11, 14 -18 APR 2024 with total of 15 days. The hotel must be ten (10) mile radius from Spanish Fork Armory (2875 North Main Street, Spanish Fork, UT 84660). (PLEASE SEE ATTACHED FOR DETAIL)







SET-ASIDE / FAR REGULATION:



Any award resulting from this solicitation will be made using TOTAL SMALL BUSINESS SET-ASIDE with order of precedence as follows:



In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.





CONTRACT TYPE / EVALUATION CRITERIA:



The contract type for this procurement will be Firm-Fixed price contract. Award will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria. For proposals to be technically acceptable, it must meet all the specifications outlined in the description. An LPTA proposal is one that meets all the technical aspects outlined in this solicitation and statement of work while being the lowest price proposal, IAW FAR 13.106-2(b)(4)(ii) and FAR 15.101-2.





SAM REGISTRATION:



All offerors must have an active registration in System for Award Management (SAM) at time of award in order to be eligible for contract award. All offerors responding to this solicitation must meet all standards required to conduct business with the Government, including active registration in SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information.



IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Prospective offerors may obtain information on registration at WWW.SAM.GOV.



IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.





QUOTES:



All quotes are due to the United States Property and Fiscal Office (USPFO) for Utah Purchasing and Contracting (P&C) Division no later than 10:00 am (Mountain) 28 MAR 2024. All submissions should be sent via email to: kristinna.a.braun.civ@army.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered, UNLESS the Contracting Officer determines it is in the best interest of the government to accept a late quote.





PROVISIONS & CLAUSES:



The following provisions and clauses are applicable to this Combined Synopsis/Solicitation:



FAR 52.203-18 – Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements

FAR 52.203-19 – Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

FAR 52.204-7 – System for Award Management

FAR 52.204-13 – System for Award Management Maintenance

FAR 52.204-9 – Personal Identity Verification of Contractor Personnel

FAR 52.204-16 – Commercial and Government Entity Code Reporting

FAR 52.204-18 – Commercial and Government Entity Code Maintenance

FAR 52.204-19 – Incorporation by Reference of Representations and Certifications

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

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

FAR 52.204-25 – Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-26 – Covered Telecommunications Equipment or Services-Representation

FAR 52.204-27 – Prohibition on a ByteDance Covered Application

FAR 52.204-29 – Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosure

FAR 52.204-30 - Federal Acquisition Supply Chain Security Act Orders-Prohibition

FAR 52.209-10 – Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.212-1 – Instructions to Offerors

FAR 52.212-2 – Evaluation-Commercial Products and Commercial Services

FAR 52.212-3 – Offeror Representations and Certifications-Commercial Items

FAR 52.212-4 – Terms and Conditions - Commercial

FAR 52.212-5 – Contract Terms and Conditions Required to Implement Statues May 2022 or Executive Orders--Commercial Products and Commercial Services

FAR 52.219-1– Small Business Program Representation

FAR 52.219-6 – Notice of Total Small Business Set-Aside

FAR 52.219-8 – Utilization of Small Business Concerns

FAR 52.219-14 – Limitations on Subcontracting

FAR 52.219-28 – Post-award Small Business Program Representations

FAR 52.222-3 – Convict Labor

FAR 52.219-19 – Child Labor—Cooperation with Authorities and Remedies

FAR 52.222-21 – Prohibit Segregated Facilities

FAR 52.222-26 – Equal Opportunity

FAR 52.222-25 – Affirmative Action

FAR 52.222-36 – Affirmative Action for Workers With Disabilities

FAR 52.222-40 – Notification of Employees Rights Under the National Labor Relations Act

FAR 52.222-50 – Combating trafficking in Persons

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

FAR 52.225-23 – Restrictions on Certain Foreign Purchases

FAR 52.225-25 – Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications

FAR 52.232-1 – Payments

FAR 52.232-18 – Availability of Funds

FAR 52.232-33 – Payment by Electronic Funds Transfer-Central Contractor Registration

FAR 52.232-39 – Unenforceability of Unauthorized Obligations

FAR 52.232-40 – Providing Accelerated Payments to Small Business Subcontractors

FAR 52.233-1 – Disputes

FAR 52.233-3 – Protest After Award

FAR 52.233-4 – Applicable Law for Breach of Contract Claim

FAR 52.243-1 Alt.1 – Changes-Fixed Price (Services)

FAR 52.249-4 – Termination for Convenience of the Government (Services)(Short Form)

FAR 52.252-1 – Provisions Incorporated by Reference

FAR 52.252-2 – Clauses Incorporated by Reference

FAR 52.252-5 – Authorized Deviations in Provisions

FAR 52.252-6 – Authorized Deviation in Clauses

DFARS 252.203-7000 – Requirement Relating to Compensation of Former DoD Officials

DFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower Rights

DFARS 252.203-7005 – Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7003 – Control of Government Personnel Work Product

DFARS 252.204-7004 – Antiterrorism Awareness Training for Contractors

DFARS 252.204-7009 – Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

DFARS 252.204-7012 – Safeguarding Covered Defense Information and Cyber Incident Reporting

DFARS 252.204-7015 – Notice of Authorized Disclosure of Information for Litigation Support

DFARS 252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services— Representation

DFARS 252.204-7018 – Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

DFARS 252.204-7019 – Notice of NISTSP 800-171 DoD Assessment Requirements

DFARS 252.204-7020 – NIST SP 800-171 DoD Assessment Requirements

DFARS 252.204-7024 – Notice on the Use of the Supplier Performance Risk System (SPRS)

DFARS 252.204-7999 – Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction Under any Federal Law

DFARS 252.212-7000 – Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items

DFARS 252.212-7001 – Dev Terms and Conditions

DFARS 252.225-7048 – Export-controlled Items

DFARS 252.225-7055 – Representation Regarding Business Operations with the Maduro Regime

DFARS 252.225-7056 – Prohibition Regarding Business Operations with the Maduro Regime

DFARS 252.225-7059 – Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation



DFARS 252.225-7060 – Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region

DFARS 252.232-7003 – Electronic Submission of Payment Requests

DFARS 252.232-7006 – Wide Area WorkFlow Payment Instructions

DFARS 252.232-7010 – Levies on Contract Payments

DFARS 252.237-7010 – Prohibition of Interrogation of Detainees by Contract Personnel

DFARS 252.239-7017 – Notice of Supply Chain Risk

DFARS 252.239-7018 – Supply Chain Risk

DFARS 252.243-7001 – Pricing of Contract Modifications

DFARS 252.244-7000 – Subcontracts for Commercial Products or Commercial Services



FAR 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 full text available. Also, the full text of a clause may be accessed electronically at: HTTPS://WWW.ACQUISITION.GOV.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO FOR UTARNG DO NOT DELETE 12953 SOUTH MINUTEMAN DRIVE
  • DRAPER , UT 84020-2000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
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

Follow F-16 AIS Test Station Power Supply Active Contract Opportunity Notice ID FA821224Q0806

Federal Agency

Bid Due: 12/19/2024

RFP #23-03791AB - Light Rail Vehicles Posted 12/27/2023, Closes 4/30/2024

Utah Transit Authority

Bid Due: 4/30/2024

Follow Sources Sought - AEWS AN FPS 117 Software CLS Active Contract Opportunity

DEPT OF DEFENSE

Bid Due: 5/04/2024

Follow Front Load Power Part Washers Active Contract Opportunity Notice ID W911YP24R0011 Related

DEPT OF DEFENSE

Bid Due: 5/04/2024

* 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.