This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional proposals are being requested, and a written solicitation document will not be issued.
The associated North American Industrial Classification System (NAICS) code for this procurement is 721110, with a small business size standard of $40,000,000.00. In accordance with the Federal Acquisition Regulation (FAR) Part 19.502-2(b), this procurement is a unrestricted.
This requirement is for the Kansas Army National Guard. This is a non-personnel services contract to provide lodging for KSARNG units attending home station individual training events. Period of Performance is October 1, 2025 through September 30, 2026. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.
Place of Performance:
3617 S Seneca,Wichita, KS 67217
2808 N New York Ave, Wichita, KS 67219
Offeror shall provide sufficient detailed information, which demonstrates their technical capability, proposed technical approach, and plan for how they intend to meet the requirements as specified the solicitation document. Proposals will be evaluated on price and past performance.
Questions/Proposal Due Date:
Offerors must submit all questions concerning this solicitation in writing to the Contract Specialist, Kristy Rubio via email at: kristy.a.rubio.civ@army.mil. Questions must be received no later than August 5, 2025, 3:00 pm CT. Any response to questions will be made in writing and will be included in an amendment to the solicitation.
Performance Work Statement is attached for details of requirement. All proposals/RFQ's are to be submitted bye mail to the Contract Specialist at kristy.a.rubio.civ@army.mil. Receipt will be verified by the date/time stamp one mail. All proposals shall be submitted no later than August 16, 2025 3:00 pm CT.
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-l(f).
1. 52.212-2 EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
EVALUATION FACTORS FOR AWARD
(a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
EVALUATION FACTORS FOR AWARD
1. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
1.1. Technical Proposal
1.2. Past Performance
1.3. Price
2. Basis for Award
2.1. The Government intends to award a single Firm-Fixed Price (FFP) Contract as a result of this solicitation.
2.2. Per FAR 9.103, the contract will be placed only with an offeror that the Contracting Officer determines to be responsible, that is, those who can satisfactorily perform the necessary tasks and deliver the required services on time. Prospective offerors, in order to qualify as sources for this acquisition, must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. In addition, the Government may assess the offeror's financial ability to meet the solicitation requirements. No award can be made to an offeror who has been determined to be not responsible by the Contracting Officer.
2.3. Consistency. Each section of the offeror's quote shall be consistent within the quote.
2.4. Completeness. The Government's ability to evaluate a quote may depend on the level of detail and supporting documentation provided. Insufficient supporting documentation or detail in a quote may prevent the Government from evaluating a quote.
2.5. The Government will assess the offeror's quote on three factors: (1) Technical Capability, (2) Past Performance and (3) Total Price (TP).
3. EVALUATION OF TECHNICAL CAPABILITY
Evaluation of this factor will assess the offeror's proposed approach and understanding of the requirements and risk of unsuccessful performance of the proposed approach to technical capability in accordance with the following factors and related PWS paragraphs: Factor 1) Conference space & equipment (PWS paragraphs 4.0 thru 4.1.3, 5.1.1.1, and 5.1.2) and Factor 2) Meal Service (PWS 5.2.1 thru 5.2.4).
Failure to clearly address the Factors identified above or to indicate whether the offeror intends to subcontract all or part of the work and/or (if the offeror indicates intent to subcontract) failure to identify the intended subcontractor may result in an "unacceptable" rating for technical approach.
4. EVALUATION OF PAST PERFORMANCE
4.1. The evaluation of this factor will assess the risk of unsuccessful performance of the offeror's proposed approach based on past performance on requirements of a similar scope, magnitude, and complexity as the requirement described in the PWS.
4.2. The Government will evaluate the offeror's past performance to determine the likelihood that the offeror will successfully perform the required effort described in the PWS.
4.3. Contracts submitted in the Past Performance section of the offeror's quote will not be considered if the Government determines them to be not recent, not relevant, or if there is insufficient information for the government to assess the quality of performance. If the offeror does not have a record of Recent and Relevant past performance information the offerorwill be rated as "Neutral," which is neither favorable nor unfavorable.
4.4. The offeror may also be evaluated on past contract performance information utilizing internal Government systems or private source information and the Government reserves the right to use any information received as part of its evaluation.The Government may contact any of the references the offeror provides and reserves the right to use any information received as part of its evaluation.
4.5. In evaluating the offeror's performance history, the Government may compare the offeror's deliveries or performance to the contract's original delivery or performance schedule, unless the delay was Government-caused. Schedule extensions that were the fault of the offeror, even if consideration was provided, may be counted against the offeror.
5. EVALUATION OF PRICE FACTOR
5.1. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 13.106-3. Through these techniques the Government will determine whether prices are reasonable, complete, and are not unbalanced.
5.2. Reasonableness. The Government will evaluate the price reasonableness of the offeror's proposed prices to ensure that in its nature and amount, it does not exceed what would be incurred by a prudent person in the conduct of competitive business. The Government shall employ price analysis techniques in accordance with FAR 13.106-3 to determine that a proposed price is fair and reasonable.
5.3. Completeness. The Government reserves the right to conduct discussions with offerors, but discussions are not anticipated or intended. Since discussions are not anticipated or intended, the Government requires complete quotes with respect to price. A complete quote will include all information required by this solicitation.
5.4. Unbalanced Pricing. Offerors should note that pricing will be carefully reviewed to detect whether quotes are unbalanced between line items, as well as unbalance between periods. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more line items is significantly over or understated as indicated by the application of be determined unacceptable.