Wisconsin Bids > Bid Detail

Lodging Agreements for 2023 in/near Madison, Wisconsin

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159408155557441
Posted Date: Nov 9, 2022
Due Date: Nov 23, 2022
Solicitation No: W50S9F-23-Q-0004
Source: https://sam.gov/opp/d088876703...
Follow
Lodging Agreements for 2023 in/near Madison, Wisconsin
Active
Contract Opportunity
Notice ID
W50S9F-23-Q-0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N8 USPFO ACTIVITY WIANG 115
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 (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Nov 09, 2022 08:46 am CST
  • Original Published Date: Nov 08, 2022 04:12 pm CST
  • Updated Date Offers Due: Nov 23, 2022 11:00 am CST
  • Original Date Offers Due: Nov 23, 2022 11:00 am CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 08, 2022
  • Original Inactive Date: Dec 08, 2022
  • 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:
    Madison , WI 53704
    USA
Description

The 115th Fighter Wing, Wisconsin Air National Guard, intends to establish multiple Blanket Purchase Agreements (BPA), effective 01 January 2023 - 31 December 2023, to provide temporary lodging for members of the Wisconsin Air National Guard. Lodging will primarily be used during Regularly Scheduled Drills or alternate dates. See section (v - vii) for a description of requirements and section (xv) for instructions.





(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. FAR Part 13 procedures will be utilized.





(ii) Solicitation W50S9F-23-Q-0004 is issued as a Request for Quotation (RFQ).





(iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08, effective 28 October 2022, and Defense Acquisition Circular DPN 20220929, effective 29 September 2022.





(iv) This RFQ is solicited as a Total Small Business Set-Aside. The NAICS is 721110 with a small business size standard of $35M.





(v - vii) Description of Requirement





The Government intends to establish multiple Blanket Purchase Agreements (BPA) to be effective 01 January 2023 - 31 December 2023 to provide temporary lodging for members of the Wisconsin Air National Guard. This agreement will establish a procedure for the fulfillment of our anticipated repetitive requirements from your firm. The proposed BPA will be a pre-priced, decentralized instrument to be used by the 115 FSS/FSV. Hotels must be within a 6 mile driving distance from 3110.





A BPA is a charge account type instrument which will permit authorized individuals to place orders directly with your firm or representative, using your agency's established price list. When lodging is required, an authorized individual will place calls against the approved price list, and you will perform in accordance with all terms and conditions of the BPA. The Government is only obligated to pay for authorized orders satisfied by the vendor in accordance with the terms and conditions of the agreement.





In order for a BPA to be established with your organization, you furnish us with the Information Sheet for each offered hotel which establishes a price list as stated in the paragraph above. The price list should reflect prices that you would offer your most favored customer. Your price list must have an effective date of 01 January 2023 - 31 December 2023 (throughout the one (1) year agreement). A BPA will be established with the hotels which are most advantageous and provide the best value to the government, price and other factors considered, in accordance with the Instructions to Offerors on Proposal Evaluation document. Upon signatures from both parties, a copy of the BPA and approved price list will be furnished to you and the using activity. Additionally, any order under a resulting BPA will be placed on a best value basis.





A list of authorized individuals, either by name or position, will be furnished to you, listing only those persons authorized to place reservations against any subsequent orders issues by the contracting officer. It is your responsibility to ensure only reservations from authorized individuals are accepted. If a BPA is awarded to your firm, it will be prepared in accordance with the provisions of the Federal Acquisition Regulation and standard procedures contained therein will apply. Please see attached documents pertaining to the BPA. See Instructions to Offerors in section XV prior to sending an offer.





(viii) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.





(ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is not included in this solicitation. The Government will award agreements resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In order to be considered for an agreement, an inspection of the property must take place. Award is based on price, past performance, technical capability, and assessment results per the Instructions to Offerors on Quote Evaluation document.





(x) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with a quote or be currently registered in the SAM website with Representations and Certifications completed.





(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.





(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii.





(xiii) The following additional agreement requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition:





Award will be made to the offeror who represents the best value to the Government as outlined IAW the criteria set forth within the solicitation (Section ix). No contract award will be made until appropriated funds are made available.





In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using Wide Area Workflow (WAWF).





Additional required provisions and clauses are listed in the attachment “Applicable Provisions and Clauses.”





(xiv) DPAS Rating does not apply to this acquisition.





(xv) Quotes must be received no later than the time and date indicated on this RFQ to be considered. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received.





Instructions to Offerors:



1. Return a completed copy of the Information Sheet for each hotel. Rates should be entered as the price per room. Ensure that the CAGE and UEI are provided.



2. Return a completed copy of the Hotel Security Assessment Form for each hotel.



3. It is the interested Offeror’s responsibility to check Contract Opportunities for updated information.





(xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR WIANG DO NOT DELETE 3110 MITCHELL ST BLDG 500
  • MADISON , WI 53704-2591
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >