Update: Answers to any questions received are forthcoming through an amendment.
1. The U.S. Army Contracting Command – Rock Island (ACC-RI) hereby issues this
RFQ for the requirement of lodging for the 841st Battalion, Charleston, South Carolina
in support of the Military Surface Deployment and Distribution (SDDC). Please submit
your pricing and additional requested information on Attachment 0003 – Price Matrix
Charleston. The following attachments are included:
Attachment 0001 – Performance Work Statement (PWS) dated 27 March 2025
Attachment 0002 – Clause Addendum (Commercial)
Attachment 0003 – Price Matrix Charleston
2. The requirement is 100% Small Business Set-Aside (SBSA). Quoters are cautioned
that all requirements that apply to the prime Quoter will also apply to team members,
subcontractors, etc., i.e. security clearance and other access requirements. The PSC is
V231 and the NAICS Code is 721110, size standard $40,000,000.00.
3. This RFQ is a firm fixed price Blanket Purchase Agreement (BPA) that will be issued
to the quoter(s) that is/are the lowest priced, responsive, responsible whose quote
contains all items stated above and conforms to the terms and conditions of this RFQ.
The Government intends to execute an agreement(s) as a firm fixed price BPA for all
items stated above. A Best Value determination source selection methodology will be
used for this action by fairly evaluating all timely quotes received and placing a BPA(s)
that represents the best value. Agreement(s) will be made on the basis of the lowest
prices quoted that is determined to meet minimum requirement(s) of the RFQ IAW
Attachment 0001 - PWS. Quotes must meet the minimum requirement(s) of this RFQ to
be determined for an agreement. The quotes meeting the minimum requirement(s) of
this RFQ are not ranked and the evaluation process does not permit tradeoffs between
the non-cost factors and the cost/price factor. All quotes meeting the minimum
requirement(s) of the RFQ will be treated equally except for cost/price. By submission
of its quote, the contractor accepts all RFQ requirement(s), including all terms and
conditions, representations, certifications, and technical requirements.
4. All information received in response to this RFQ marked as "proprietary" will be
protected and handled accordingly. Issuance of this RFQ does not constitute an
execution of an agreement or commitment of funds on the part of the Government nor
does it commit the Government to pay for costs incurred in the preparation and
submission of a quote.
An execution of any agreement(s) is/are in the best interest of the Government.
Availability of funds will not be issued for this requirement until an award of an order.
5. The period of performance are:
Base Period: 16 May 2025 – 15 May 2026
Option Period 1: 16 May 2026 – 15 May 2027
Option Period 2: 16 May 2027 – 15 May 2028
Option Period 3: 16 May 2028 – 15 May 2029
Option Period 4: 16 May 2029 – 15 May 2030
52.217-8: 16 May 2030 – 13 November 2030
6. The Government intends to execute an agreement(s) without meaningful exchanges
or clarification, therefore quoters are encouraged to submit their most competitive
quote. The Government does reserve the right to conduct exchanges or clarification if
later determined by the Contracting Officer to be necessary. The Government reserves
as well, the right to seek minor clarifications without holding meaningful exchanges with
quoters.
7. Please submit any questions as soon as possible. Questions will be accepted until
07 April 2025 at 1500 CT. Following that, no further questions will be entertained.
Questions will be answered via an amendment to the RFQ.