****AMENDMENT 02****
THE FIRST DATES THAT NEED TO BE BOOKED HAVE CHANGED FROM FEBRUARY 11&12 TO FEBRUARY 5TH AND 6TH.
ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME
******************************************************************************
***QUESTION RECEIVED 2 DECEMBER 2021***
QUESTION: Regarding Feb 11–12 dates, for instance. Would the 4 nights be feb 10, 11, 12 and 13?
ANSWER: The 4 nights that were answered below would be for June only. For February the nights are: Friday night 11 February and Saturday night 12 February. Occasionally, members may need additional nights for Make-up drills. Those could be any night during the month and don’t follow a predictable pattern.
******************************************************************************
****AMENDMENT 01****
THE FOLLOWING QUESTIONS WERE ASKED THAT INITIATED AN AMENDMENT TO THE SOLICITATION.
QUESTION 1: Can please clarify when this bid is due (Dec 17th at 3.00PM or on Dec 20th at 10.00AM)
ANSWER 1: BIDS ARE DUE DECEMBER 20, 2021 AT 10:00AM, THE CHANGE HAS BEEN MADE IN THE DESCRIPTION OF THIS RFQ.
QUESTION 2: Can you please provide us with the RSD Monthly and yearly Calendar schedule Or provide us with the total RSD weekend you have each year.
ANSWER 2: PER THE PWS, THE INFORMATION WILL BE PRIVATELY PROVIDED TO THE AWARDEE WHEN AN AWARD HAS BEEN MADE. FOR PLANNING PURPOSES, YOU CAN PLAN ON 12 RSD'S A YEAR WITH A POSSIBILITY OF A WEEK LONG SUPERDRILL.
******************************************************************************
**** CLARIFICATION 29 NOVEMBER 2021 ****
PER THE PWS THE SECURITY REQUIREMENTS IN SECTION B.3.: The 166th Security Forces Squadron (SFS) policy is that the 166th Airlift Wing members shall be distributed amongst no less than three (3) hotels, preferably four (4) or more hotels each RSD weekend. This is implemented from risk management strategies and vulnerability assessments.
**** QUESTION ASKED 16 NOVEMBER 2021 ****
QUESTION: Just to be sure I understand your needs correctly please... you require 2 to 4 nights of lodging for 100 to 150 rooms in the New Castle, DE area. So you need on the high side, up to 4 nights x 150 rooms per night = 600 total room nights?
ANSWER: They are confusing number of rooms with number of people. The majority of our members will be double billeted. I estimate a high of 80 rooms. Number could be higher or lower based off mission variables such as deployment. 80 rooms at 4 nights = 320
******************************************************************************
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.
The Delaware Air National Guard, has a requirement to establish a Blanket Purchase Agreement (BPA) for Unit Training Assembly (UTA) Lodging in New Castle, Delaware. The 166th Air Wing intends to enter into a BPA for a period of up to three years. Lodging facilities must be within fifteen (15) driving miles of the 166th AW, 2600 Spruance Drive, New Castle, DE 19720. This BPA will have a period of performance of three (3) years from date of agreement via issuance of Blanket Purchase Agreement Calls. Please find the below Vendor Contact Information along with attached Terms and Conditions, Statement of Work, and Quote Sheet. Please review these documents in their entirety for a complete description of this requirement.
This requirement is a small business set-aside. The North American Industry Classification System (NAICS) Code is 721110 (Hotels (except Casino Hotels) and Motels) and the Size Standard for Small Business is $35 Million. The lodging requirement consists of establishing one or more BPAs, for a period of three (3) years from date of award, to hotels in the local area via issuance of BPA Call Orders. The 166th AW may issue a BPA Call for a one (1) month period or a BPA Call for more multiple months up to the BPA Call Limit specified.
This agreement will be in effect for a period not to exceed three (3) years commencing or until the total spent on the master BPA reaches $249,999 (whichever occurs first), or until such time either party to this agreement requests that it be canceled in writing (30 day notice required).
Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and thus eliminates the need for repetitive costly re-procurements. There is no minimum or maximum guaranteed quantity. All BPA Call Orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The 166th AW does not intend to pay for any information provided under this notice. The 166th AW is not obligated to notify respondents of the results of this notice.
Period of Performance
Period of Performance: Date of Award – 3 Years
First Dates of Required Lodging: Friday, February 5, 2022 and Saturday, February 6, 2022
Future UTA Dates will be provided by the 166th AW, Delaware Air National Guard UTA Lodging point of contact after any resultant award of a BPA(s).
This requirement is for single and double occupancy commercial lodging. The number of personnel requiring lodging will fluctuate based on mission requirements of the 166th AW.
The 166th AW intends to award one BPA to the responsible offeror whose offer represents the Best Value to the Government. However, the 166th AW reserves the right to award multiple BPAs under this RFQ to meet the requirement. If you are interested in the possible establishment of a BPA for lodging with the 166th AW, please complete Attachment 3: Proposed Price List of the single and double room occupancy rates (per night) for New Castle, DE that your business is offering. Your prices should be as low, or lower, than those charged to your most favored customers and must also be at or below the Federal Government’s local per diem/lodging rate for New Castle, DE to be eligible for consideration. If multiple hotels are provided by a third party, please list all hotels and provide no less than four and no more than six hotels.
For this procurement, the Best Value will be made as Lowest Price Technically Acceptable (LPTA). The following factors will be used to evaluate offers: A) Price and B) Technical.
A) Price will contribute substantially to the source selection decision. The 166th AW will evaluate the price information submitted in each offeror's price proposal. Any other data provided by the offeror with their price proposal that is not required will not be considered or evaluated.
B)Technical will be evaluated by the ratings listed below. The failure of an offeror to meet the requirements of a factor or sub-factor will result in an unacceptable rating. The technical, past performance, and subcontracting plan factors will receive one of the ratings listed below:
1) Acceptable: Quote clearly meets the requirements of the solicitation.
2) Unacceptable: The quote does not clearly meet the requirements of the solicitation.
a. Technical: Hotels will be expected to meet a minimum of Midscale quality. Economy style hotels will not meet technical requirements. Midscale hotels include, but not limited, to Sonesta Select and Suites, Hilton, Townplace Suites, Ramada, Hampton Inn, Candlewood Suites, and the Sheraton. Technical acceptability will be based on the proposals compliance with the Solicitation and SOW. Offerors that provide solutions that meet the intent of this requirement without additional requirements will be evaluated for award. All hotels within the competitive range will be inspected before BPA is awarded. Unannounced inspections will also be done throughout the year.
b. Past Performance: The 166th AW will determine acceptability based on either Contractor Performance Assessment Reporting System (CPARS) ratings, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontracting Reporting System (eSRS) or from other sources (if necessary). Recency of past performance is determined by work completed within the past three (3) years. If an offeror has no recent or relevant past performance, past performance will be treated as neutral, resulting in an acceptable rating.
If you wish to compete, please complete the Proposed Price List and the below Vendor Contact Information along with any other required information, directly to the POCs listed below. All offers must list DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. To obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award.
Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration.
Quotes are due no later than Monday, 20 December 2021 at 1000 HRS (10:00 am) Eastern Standard Time (EST), as it is the intent of the 166th AW to have an awardee for this BPA identified by 5 January 2022.
All questions regarding the RFQ package must be submitted in writing to the above e-mail addresses by Tuesday, 30 November 2021 at 1200 HRS (12:00 pm) Eastern Standard Time (EST). Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered.
Please send quotes by email to michael.palet@us.af.mil and kelly.hess@us.af.mil no later than Monday, 20 December 2021 at 1000 HRS (10:00 am) Eastern Standard Time (EST). Late quotes may be rejected at the Contracting Officer's discretion.
Attachments
1. Terms and Conditions (IAW FAR 13.303-3)
2. Statement of Work
3. Quote Sheet
****Clauses and Provisions****
PROVISIONS
52.204-7 System for Award Management
52.204-16 Commercial and Government Entity Code Reporting
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26 Covered Telecommunications Equipment or Services—Representation
52.212-1 Instructions to Offerors – Commercial Items
52.212-2 Evaluation – Commercial Items
52.212-3 Offeror Representations and Certifications – Commercial Items
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation
52.252-1 Solicitation Provisions incorporated by Reference
52.252-5 Authorized Deviations in Provisions
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrival System
252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015)
252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005)
CLAUSES
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 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 of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.209-6 protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
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 (Deviation 2018-O0021)
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Rerepresentation
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-50 Combating Trafficking in Persons
52.222-55 Minimum Wages Under Executive Order 13658
52.222-62 Paid Sick Leave Under Executive Order 13706
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.224-3 Privacy Training
52.225-13 Restrictions on Certain Foreign Purchases
52.232-39 Unenforceability of Unauthorized Obligations
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
52.252-6 Authorized Deviations in Clauses
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control of Government Personnel Work Product
252.204-7012 Safeguarding Covered Defense Information and Cyber Reporting
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7020 NIST SP 800-171 DoD Assessment Requirements.
252.211-7003 Item Unique Identification and Valuation
252.223-7999 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (DEVIATION 2021-O0009)
252.225-7012 Preference for Certain Domestic Commodities
252.225-7048 Export-Controlled Items
252.225-7051 Prohibition on Acquisition of Certain Foreign Commercial Satellite Services
252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)-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
252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea--Basic