Combined Synopsis - Solicitation for Commercial Items (IAW FAR 12.603)
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in 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. This Request for Quotation (RFQ), solicitation number FA460825QS029, is IAW FAR Parts 12 and 13 and is IAW provisions and clauses in Federal Acquisition Circular (FAC 2025-03) as of 17 January 2025. This is a total set aside for small business and the associated North American Industry Classification System (NAICS) number is 721110. The small business size standard is $40.0M.
***NOTICE TO OFFERORS***
The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the government cancels this solicitation, the government has no obligation to reimburse an offeror for any costs. If funds are not available to fund the entire contract value, the Government reserves the right to re-evaluate quotes by unit price per item and issue an award on a SOME, NONE, or ALL basis for each individual item needed.
Contracting Office Address:
Department of the Air Force (DAF), Air Force Global Strike Command (AFGSC), 2d Contracting Squadron (2 CONS), 801 Kenney Avenue, Building 4400, Suite 2300, Barksdale Air Force Base (AFB), Louisiana (LA), 71110, United States (US).
Description/Purpose:
This RFQ solicits lodging accommodations as detailed in Attachment 2, Performance Work Statement, Dated 29 May 2025, and Attachment 3, Hotel Inspection Checklist. Barksdale Air Force Base (AFB) intends to establish Blanket Purchase Agreements (BPAs) with up to ten (10) hotels. Under these BPAs, the contractor will provide single and/or double occupancy, non-smoking rooms for personnel during Unit Training Assembly (UTA) weekends. Single occupancy rooms will accommodate no more than one (1) person, while double occupancy rooms will accommodate no more than two (2) people. Specific requirements for the lodging facility are outlined in Attachment 2 and Attachment 3.
CLIN - Product - Quantity - Unit - Unit Price - Total Amount
0001 - Non-Smoking Single Occupancy Accommodations IAW Attachment 2 and Attachment 3 - 1 - Room - ** - **
0002 - Non-Smoking Double Occupancy Accommodations IAW Attachment 2 and Attachment 3 - 1 - Room - ** - **
** Quoted prices must be all-inclusive.
** Pricing is not to exceed the current JTR rate (Joint Travel Regulations | Defense Travel Management Office)
Purchase Limitations:
- Individual Call Order Limit: No individual call order against this BPA may exceed $25,000.00.
- Call Order Definition: For this BPA, a call order is defined as one (1) group reservation, which may include multiple rooms for one (1) or more nights.
- Billing: Each call order will be billed in its entirety after the final check-out date. The billing period is defined as per call order.
- BPA Dollar Limit: The total dollar limit for BPAs established under solicitation FA460825QS029 is $500,000.00.
Period Of Performance:
The period of performance for BPAs established under solicitation FA460825QS029 will vary based on government needs but will not exceed five years from the BPA establishment date or $500,000 in total orders, whichever comes first.
Due Date and Time:
Quotes are requested by 12:00 PM Central Daylight Time (CDT), Tuesday, 03 June 2025
The following attachments are applicable to this RFQ:
Attachment 1, Provisions and Clauses
Attachment 2, Performance Work Statement, Dated 29 May 2025
Attachment 3, Hotel Inspection Checklist
Points of Contact (POCs):
Contract Specialist: Dana Woodard; Telephone: (318) 456-6889; Email: dana.woodard.3@us.af.mil
Contracting Officer: Tiffany Collazo; Telephone: (318) 456-3400; Email: tiffany.collazo.2@us.af.mil