Nebraska Bids > Bid Detail

Lodging Blanket Purchase Agreement for Nebraska ANG

Agency:
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159775728649976
Posted Date: Dec 12, 2023
Due Date: Jan 9, 2024
Source: https://sam.gov/opp/86b987b1d1...
Follow
Lodging Blanket Purchase Agreement for Nebraska ANG
Active
Contract Opportunity
Notice ID
W50S89-24-Q-RD01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NL USPFO ACTIVITY NEANG 155
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Dec 12, 2023 10:58 am CST
  • Original Published Date: Dec 06, 2023 04:52 pm CST
  • Updated Date Offers Due: Jan 09, 2024 10:00 am CST
  • Original Date Offers Due: Jan 09, 2024 10:00 am CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 24, 2024
  • Original Inactive Date: Jan 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: V231 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL
  • NAICS Code:
    • 721110 - Hotels (except Casino Hotels) and Motels
  • Place of Performance:
    Lincoln , NE 68524
    USA
Description

This is a combined synopsis/solicitation for commercial services 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; quotations are being requested and a written solicitation will not be issued.



REQUIREMENTS DESCRIPTION:



Master Blanket Purchase Agreement (BPA) that will result in Firm Fixed Price BPA Calls for the following items:



Item 0001: Lincoln, NE Hotels Price List



Item 0002: Omaha, NE Hotels Price List



The Nebraska Air National Guard has a requirement to establish single or multiple Blanket Purchase Agreements (BPAs) for commercial lodging in Lincoln, NE and Omaha, NE, and intends to enter into a BPA(s) for a period of up to five years. The lodging requirement consists of establishing a BPA(s) to provide at least 4 hotels, two (2) Lincoln, NE area hotels, and two (2) Omaha, NE area hotels.



This requirement is for single and double occupancy commercial lodging. The number of personnel requiring lodging will fluctuate on a month-to-month basis based on mission requirements of the Nebraska Air National Guard. Reference Exhibit 3 - Estimated Workload Data for monthly estimated room quantities. Future dates will be provided by the Nebraska Air National Guard lodging point of contact after any resultant award of a BPA(s).



Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed 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 Calls must be acknowledged by the selected vendor in order to be retained on the BPA calling list. 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.



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 $40 Million.



Electronic invoicing through PIEE/WAWF is required. Please include any prompt payment discounts if applicable. For example, 2% discount if paid in 15 days.



Payment Instructions: https://www.acq.osd.mil/dpap/dars/pgi/pgi_htm/PGI204_71.htm#payment_instructions



PERFORMANCE PERIOD: March 20, 2024 to March 19, 2029



The agreement(s) will be in effect for a period of up to five years or until the total spent on the master BPA(s) reaches $800,000 (whichever occurs first), or until such time either party to the agreement(s) requests that it be canceled in writing (60 day notice required).



PLACE OF CONTRACT PERFORMANCE: Local on-site performance not required.



BASIS FOR AWARD: Please reference the information provided under FAR 52.212-2 on Attachment 1 – Provisions and Clauses for full description on how quotes will be evaluated.



INSTRUCTIONS TO OFFERORS: Please review all attachments and exhibits in their entirety for a complete description of this requirement and to ensure all required information is submitted with your quote. If you are interested in the possible establishment of a BPA for lodging with the Nebraska Air National Guard, please respond using Exhibit 1 – Quote Sheet with your proposed price list of the single and double room occupancy rates (per night) for Lincoln, NE and Omaha, NE. Your prices should be as low, or lower, than those charged to your most favored customers and must also be at or below the Federal Government’s local per diem/lodging rate for Lincoln, NE and Omaha, NE to be eligible for consideration.



QUESTIONS AND ANSWERS: All questions regarding the RFQ package must be submitted by email to reid.dalton@us.af.mil no later than 5 days before quotes are due.



DUE DATE: Quotes are due no later than Tuesday, 9 January 2024 at 10:00 a.m. Central Time. Please send quotes by email to reid.dalton@us.af.mil. Late quotes may be rejected at the Contracting Officer's discretion.



PROVISIONS AND CLAUSES: The selected Offeror must comply with the commercial item terms and conditions listed on Attachment 1 – Provisions and Clauses. Offerors can include a completed copy of the Provision 52.212-3, Offeror Representations and Certifications - Commercial Items with their quote if they haven’t completed the annual reps and certs electronically or if there are any changes than what is in SAM.gov. The full text of a FAR and DFARS provision or clause may be accessed electronically at https://acquisition.gov.



The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06, effective 12/04/2023.



The Defense Priorities and Allocation System (DPAS) assigned rating is: none.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR NEANG DO NOT DELETE 2433 NW 24TH ST
  • LINCOLN , NE 68524-1801
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >