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 190th Air Refueling Wing, Kansas Air National Guard (KSANG), has a requirement to establish a
Blanket Purchase Agreement (BPA) for Regular Scheduled Drills (RSD) Lodging in Topeka, KS. The
190th ARW intends to enter into a BPA for a period of up to five years (March 1, 2020 to February 28,
2025). This BPA will have a period of performance of five years from date of agreement via issuance of
Blanket Purchase Agreement Calls. Please find the attached Vendor Contact Information along with
attached Terms and Conditions, Statement of Work, and Proposal Sheet. Please review these documents
in their entirety for a complete description of this requirement.
Hotels will be expected to meet a minimum of Midscale quality. Economy style hotels will not be
considered. Midscale hotels include, but not limited, to Best Western, Extended Stay America, Hampton
Inn, Marriott (Town Place Suites, Courtyard). Economy hotels include, but not limited to, Microtel,
Days Inn, Super 8, Howard Johnson, and Travelodge.
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 $32.5 Million. The lodging requirement consists of establishing one or more BPAs,
for a period of five years from date of award, to hotels in the local area via issuance of BPA Call Orders.
The 190th ARW may issue a BPA Call for a one month period or a BPA Call for more multiple months.
This agreement will be in effect for a period not to exceed five years commencing on March 1, 2020, 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 asneeded
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 190th
ARW does not intend to pay for any information provided under this notice. The 190th ARW is not
obligated to notify respondents of the results of this notice.
Period of Performance
Period of Performance: March 1, 2020 - February 28, 2025
First Dates of Required Lodging: Friday, March 6th, 2020 and Saturday, March 7th, 2020
Future RSD Dates (May be subject to change) for calendar year 2020:
April 4-5, May 2-3, June5-7, August 1-2, September 11-13, October 3-4, November 7-8, December 5-6
This requirement is for single and double occupancy commercial lodging. Over these “RSD weekends”,
approximately 141 nights of lodging are typically required in the Topeka, KS area for approximately 200
personnel
The 190th ARW intends to award one BPA to the responsible offeror whose offer represents the
Best Value to the Government. However, the 190th ARW reserves the right to award multiple BPAs
under this RFP to meet the requirement. If you are interested in the possible establishment of a BPA for
lodging with the 190th ARW, please complete Attachment 3: Proposed Price List of the single and
double room occupancy rates (per night) for Topeka, KS that your business is offering along with three
to five past performance references. Your prices will need to be as low as or lower than the Federal
Government’s local per diem/lodging rate for Topeka, KS to be eligible for consideration. 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) Past Performance.
Price will contribute substantially to the Best Value decision. The 190th ARW will evaluate the price &
past performance 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. Price and past
performance factors will receive one of the ratings listed below:
Acceptable: Proposal clearly meets the requirements of the solicitation.
Unacceptable: The proposal does not clearly meet the requirements of the solicitation.
a. Price: Acceptable - will be evaluated Equal to or below the Federal Government’s local per
diem/lodging rate for Topeka, KS.
Unacceptable - above the Federal Government’s local per diem/lodging rate for Topeka, KS.
b. Past Performance: The 190th ARW will determine acceptability based on either
Contractor Performance Assessment Reporting System (CPARS) ratings, Federal Awardee Performance
and Integrity Information System (FAPIIS), Supplier Performance Risk System (SPRS) or from other
sources (if necessary).
Recency of past performance is determined by work completed within the past three 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 attached Proposal Price Sheet and the 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/SAM/. Lack of
registration in the SAM database will make an Offeror ineligible for award.
Proposals are due no later than Wednesday, 12 February 2020 at 1500 HRS (3:00 pm) Central
Standard Time (CST), as it is the intent of the 190th ARW to have an awardee for this BPA identified
by 14 February 2020. Points of contact for this acquisition are:
MSgt Justin Nightingale
Contract Specialist
5920 SE Coyote Drive
Topeka, KS 66619-1429
Email: [email protected]
Ph: 785-861-4738
Mr. Joseph Weber
Contracting Officer
5920 SE Coyote Drive
Topeka, KS 66619-1429
Email: [email protected]
Ph: 785-861-4737
All questions regarding the RFP package must be submitted in writing to the above e-mail addresses by
Friday, 7 February 2020 at 1200 HRS (12:00 pm) Central Standard Time (CST). Any questions
asked over the telephone will not be answered. Any questions received after this date and time may not
be answered.
Please send proposals by email to [email protected] and [email protected]
no later than Wednesday, 12 February 2020 at 1500 HRS (3:00 pm) Central Standard Time (CST).
Late proposals may be rejected at the Contracting Officer's discretion.
Attachments
1. Terms and Conditions
2. Statement of Work
3. Proposal Price Sheet
4. Vendor Contact Information
Clauses and Provisions
FAR 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRED CERTAIN INTERNAL
CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION (JAN 2017)
FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)
FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)
FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)
FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)
FAR 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS
DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015)
FAR 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A
FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016)
FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (DEVIATION 2018-O0018) (OCT 2018)
FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (OCT 2018)
FAR 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS (OCT 2018)
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE
ORDERS-- COMMERCIAL ITEMS (OCT 2019)
FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (DEVIATION 2019-O0003) (NOV 2011)
FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)
FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)
FAR 52.222-26 EQUAL OPPORTUNITY (SEP 2016)
FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (JAN 2019)
FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG
2011)
FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)
FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR
TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS (AUG 2018)
FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)
FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 201)
DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC
2018)
DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)
DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)
DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013)
DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV
2011)
DFARS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS
(OCT 2016)
DFARS 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING
(OCT 2016)
DFARS 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT
(MAY 2016)
DFARS 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION
RETRIEVAL SYSTEM-- STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (MAR 2018)
DFARS 252.225-7000 BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE BASIC (NOV 2014)
DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013)
DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (MAY 2013)
DFARS 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)