Federal Bid

Last Updated on 31 Aug 2019 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Lodging in Mountain Home, ID

Solicitation ID FA489719Q0192
Posted Date 13 Aug 2019 at 6 PM
Archive Date 31 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4897 366 Fas Pkp
Agency Department Of Defense
Location United states
   

Combined Synopsis/Solicitation

XFS Lodging in Mountain Home, ID

Moutain Home AFB, ID

30 July 2019

 

The 366th Financial Acquisition Squadron at Mountian Home AFB, Idaho intends to establish a Firm Fixed Price contract for Lodging in Mountain Home, ID in accordance with the salient characteristics. 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.

Solicitation number FA4897-19-Q-0192 is solicited as a request for quotation (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-03; Effective 12 Jul 2019. 

The North American Industry Classification System (NAICS) code for this project is 721110 with a size standard of 32.5M.

 

The purpose of this combined synopsis and solicitations for lodging in accordance with the attached Performance of Work Statement (PWS). The bid schedule and contract CLIN schedule are below:

 

CLIN

Description

Quantity

Unit

Cost per Unit

Total

(USD $)

(USD $)

0001

Lodging 26-Sept 2019 -12 Oct 2019 (17 Nights) - 49 double rooms

49

EA

 

 

0002

Lodging 26 Sept 2019 - 13 Oct 2019 (17 Nights) - 6 double rooms

6

EA

 

 

0003

Lodging 27 Sept 2019- 6 Oct 2019 (9 Nights) - 1 double room

1

EA

 

 

0004

Lodging 29 Sept 2019- 12 Oct 2019 (13 Nights) - 1 double room

1

EA

 

 

 

*FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018) applies to this acquisition and the following addendum applies:

Offerors' quotation shall conform to the required CLIN structure as referenced above. Any offeror not conforming to the required specifications and to this solicitation shall be deemed non-responsive and therefore ineligible for award.

 

For either the site visit (if required) or submission of quotes, all personnel requesting access to Mountain Home Air Force Base, ID must possess a valid State or Government picture identification card. Furthermore, individuals presenting identification cards from a state that is non-compliant with the REAL ID Act will require additional documentation to gain unescorted base access. Additional documentation include a valid U.S. or foreign government issued passport, an employment authorizatin document that contains a tphotgraph, or identification cards issued by federal, state or local governemnt agencies that incluse a photo and biographic information.  A full list of REAL ID Act compaliant and non-compliant states can be found at https://www.dhs.gov/current-status-states-territories. Personnel requesting vehicle access to Mounta Home Air Force Base, ID must provide a valid driver's license, current vehicle registration, and valid vehicle insurance. 

 

The vendor must agree to hold the prices in its quote firm FOR THE REMAINDER OF THE FISCAL YEAR.

 

RFQ due date: 16 Aug 2019

RFQ due time:  2:00 P.M. MST

Email to [email protected] and [email protected]

 

THIS MUST BE SENT TO [email protected] and [email protected] AS STATED BELOW. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE.  YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT.

 

Note:  .zip files are not an acceptable format for the Air Force Network and will not go through our email system.

 

All questions regarding this RFQ must be email to [email protected] and [email protected] by 2:00 P.M. MST on 15 Aug 2019. 

 

Please provide the following information with your quote:

Vendor Information:

Ordering Address

Point of Contact

Phone Number

Fax Number

 

 

 

 

E-Mail Address

Quote Date

Cage Code

Web Address

 

 

 

 

 

Company Name: ____________

DUNS Number: ____________

*Number of Employees_____________

*Total Yearly Revenue_______________

*Information required determining size of business for the NAICS referenced above

 

Estimated Delivery Time: ____________

Payment Terms: _________________________

Warranty:  ______________________________

FOB (Select):  __X__ Destination     _____ Origin

Shipping Cost included (If applicable)?  ____ Yes    _____ No

 

All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award.  The Government will not provide contract financing for this acquisition.  Invoice instruction shall be provided at time of award.

 

•(a)   Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106.  Vendor's submissions will be evaluated based upon the following:

 

•(1)   Technical:  quote must be rated as technically acceptable to be eligible for award.  In order to be deemed technically acceptable, the dates and rooms will be met IAW the specification sheet. 

•(2)   Price: Award will be made to the lowest price technically acceptable.

 

*FAR Provision 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition and the following addendum applies:

 

•(b)   Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106.  Vendor's submissions will be evaluated based upon the following:

 

•(1)   Technical:  quote must be rated as technically acceptable to be eligible for award.  In order to be deemed technically acceptable, the dates and rooms will be met IAW the specification sheet. 

•(2)   Price: Award will be made to the lowest price technically acceptable.

 

Evaluation Process:

           

Step One: Evaluate all quotations for responsiveness.

 

Step Two: Rank all responsive quotations based upon offeror's Total Evaluated Price (TEP) in ascending order from lowest price to highest price.

 

Step Three: Evaluate lowest price offeror's technical acceptability. If technically acceptable, move to step four. If not technically acceptable, evaluate the next lowest priced vendor's quote. Continue evaluating technical acceptability until a rating of technically acceptable is achieved.

 

Step Four: Make a Best-Value decision based on technical evaluation and a determination that the price is fair and reasonable.

 

 (End of Provision)

Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters.  The government however, reserves the right to conduct discussions if deemed in its best interest.

Note:  The vendor acknowledges that should the quote terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract.

 

The full text of these clauses and (*) provisions may be assessed electronically at the website: http://farsite.hill.af.mil.  NOTE:  ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 28 Mar 2018 at 3 PM
Location Unknown 26 Jun 2018 at 8 PM
Travis air force base California 10 Apr 2018 at 11 PM
Travis air force base California 09 Aug 2017 at 4 PM
Location Unknown 27 Jun 2018 at 6 PM

Similar Opportunities

Annville Pennsylvania 11 Jul 2025 at 5 PM