Federal Bid

Last Updated on 16 Jan 2020 at 4 AM
Combined Synopsis/Solicitation
Duluth Minnesota

Duluth Hotel Rooms

Solicitation ID W912LM19Q6032
Posted Date 01 Aug 2019 at 7 PM
Archive Date 15 Jan 2020 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7ng Uspfo Activity Mnang 148
Agency Department Of Defense
Location Duluth Minnesota United states 55811
This is a special notice seeking competition for Blanket Purchase Agreements. This announcement constitutes the only solicitation for these requirements; pricing is being requested and a written solicitation will not be issued. BPAs can be established with any elligible company at any time, and the closing date of this notice will not be a limiting factor. BPAs can be established before and after the closing of this notice.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02_2. This procurement is subject to full and open competition. The North American Industrial Classification Standard 721110 applies to this solicitation; business size standard is $32.5m. The Contracting Officer reserves the right to award under a different NAICS, if the company would qualify as a small business under the solicited NAICS.

The Minnesota Air National Guard, 148th Fighter Wing, has established several Blanket Purchase Agreements with local hotels, including Days Inn and Holiday Inn. A Blanket Purchase Agreement is an agreement between the government and a vendor that allows the 148FW to make "calls" against established terms via a government credit card (GPC). The 148FW is seeking to expand the potential pool of BPA holders.

Any BPA will be valid for a period up to three (3) years, with potential for automatic re-issuance. All BPA calls are under the Oral Quote threshold and will be competed among BPA holders. Typically, at the start of any year, the 148FW distributes potential needs to all BPA holders. BPA holders then return pricing and availability for those dates. The 148FW selects the best value location or locations per date ranges. These calls are supplemented as needed.

The following is needed:
- Price lists, availability, and maximum capacity numbers for the coming year (2020). Please include any information about the quality of hotel and location. Locations within a 5 mile radius of the Duluth International Airport will be given precedence, although all locations in a 50 mile radius will be considered.

Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring products or services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly re-procurements. Establishment of a BPA does not guarantee calls will be made. There is no minimum guaranteed quantity. The Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice.

The Government may request a site visit with any offeror to establish acceptability. Awarded BPA holders undergo annual visits to ensure standards are met.

****Quotation Instructions****
Multiple solutions to the requirement are encouraged and should be offered as alternative quotes and will be evaluated as separate offers. Innovative solutions are encouraged and will be evaluated in accordance with the intent of this requirement.
Quotes resulting from "calls" will be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Location, pricing, and quality will all be considered.
Lack of active SAM registration will preclude BPA award. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Item or complete electronic representations and certifications at: https://www.sam.gov/portal/SAM

All questions and quotes must be directed to 148 Contracting Officer via email at [email protected]. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer's discretion.
Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB.

****Clauses and Provisions****

252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11
252.203-7002 Requirement to Inform Employees of Whistleblower Rights. Sep-13
252.204-7003 Control of Government Personnel Work Product. Apr-92
252.204-7006 Billing Instructions. Oct-05
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. Oct-16
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. May-16
252.225-7001 Buy American and Balance of Payments Program. Dec-17
252.225-7002 Qualifying Country Sources as Subcontractors. Dec-17
252.225-7016 Restriction on Acquisition of Ball and Roller Bearings. Jun-11
252.225-7048 Export-Controlled Items. Jun-13
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Dec-18
252.232-7010 Levies on Contract Payments. Dec-06
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. Jun-13
252.243-7001 Pricing of Contract Modifications. Dec-91
252.244-7000 Subcontracts for Commercial Items Jun-13
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. Jan-17
52.204-18 Commercial and Government Entity Code Maintenance. Jul-16
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. Jul-18
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. Nov-15
52.219-13 Notice of Set-Aside of Orders. Nov-11
52.222-21 Prohibition of Segregated Facilities. Apr-15
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. Aug-11
52.225-13 Restrictions on Certain Foreign Purchases. Jun-08
52.232-33 Payment by Electronic Funds Transfer-System for Award Management. Oct-18
52.232-36 Payment by Third Party. May-14
52.232-40 Providing Accelerated Payments to Small Business Subcontractors. Dec-13
52.233-3 Protest after Award. Aug-96
52.233-4 Applicable Law for Breach of Contract Claim. Oct-04
52.232-39 Unenforceability of Unauthorized Obligations. Jun-13
52.222-26 Equal Opportunity. Sep-15
52.222-36 Equal Opportunity for Workers with Disabilities. Jul-14
52.222-50 Combating Trafficking in Persons. Jan-19
252.232-7006 Wide Area WorkFlow Payment Instructions. Dec-18
52.219-28 Post-Award Small Business Program Rerepresentation. Jul-13
52.232-34 Payment by Electronic Funds Transfer-Other than System for Award Management. Jul-13
52.204-1 Approval of Contract. Dec-89
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. Oct-14
252.203-7005 Representation Relating to Compensation of Former DoD Officials. As prescribed in 203.171-4(b), insert the following provision: Nov-11
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. Oct-16
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. Jan-18
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. Jan-17
52.204-16 Commercial and Government Entity Code Reporting. Jul-16
52.204-22 Alternative Line Item Proposal. Jan-17
52.204-7 System for Award Management. Oct-18
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. Feb-16
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. Aug-18
52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. Dec-16
252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. (DEVIATION 2012-O0004) Jan-12

Bid Protests Not Available

Similar Past Bids

Duluth Minnesota 19 Aug 2016 at 7 PM
Duluth Georgia 17 Jun 2016 at 11 AM
Duluth Minnesota 25 Mar 2021 at 8 PM

Similar Opportunities

Location Unknown 24 Jul 2025 at 6 PM
Location Unknown 24 Jul 2025 at 6 PM
Loganville Georgia 15 Jul 2025 at 6 PM