Skip to main content

An official website of the United States government

You have 2 new alerts

Blanket Purchase Agreement for Commercial Lodging

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Dec 08, 2023 03:39 pm CST
  • Original Date Offers Due: Dec 22, 2023 04:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 23, 2023
  • 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:
    San Antonio , TX 78251
    USA

Description

SOLICITATION NUMBER: FA301624Q0012

This is a solicitation for commercial services prepared for a Blanket Purchase Agreement. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-06, Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20231030, and Department Air Force Acquisition Circular (DAFAC) 2023-0707. The NAICS code that applies is 721110 and the small business size is $40,000,000.00.

The 502d Contracting Squadron at Joint Base San Antonio (JBSA)-Lackland, San Antonio, Texas intends to establish pre-priced Blanket Purchase Agreements (BPAs) for commercial lodging for members of the 960th Cyber Wing while performing duty at JBSA-Lackland, to vendors whose offer represent the best overall value to the Government. Best value will be based on distance of off-base commercial lodging facility to JBSA-Lackland and price. Preferred off-base lodging facility should be within 18 road miles of JBSA-Lackland.

JBSA officials shall visit and inspect commercial off-base lodging establishments, when initially considered for issuance of a BPA, to ensure they meet the inspection guidelines. Failure to consent to an inspection will render the vendor non-responsive. Vendors with lodging facilities that fail to meet any or all parts of the inspection will not be considered.

Offerors shall submit pricing on Attachment 3, Price List. Vendor price lists shall be updated annually; current price list and subsequent prices shall remain the same for a period of one year. Rates shall not exceed the lodging portion of the local area per diem rate authorized by the Joint Federal Travel Regulation, Volume 1. (https://www.defensetravel.dod.mil/site/perdiemCalc.cfm) Payment will be paid by Government Purchase card (GPC), Government Travel Card (GTC), or Wide Area Workflow (PIEE/WAWF). All costs associated with the use of these cards (i.e. transaction fees) shall be included in the price identified in the Price List for applicable type of room.

The Government will not pay for any information provided under this notice. All offerors must be registered in System for Award Management (http://sam.gov/) to be considered for a Blanket Purchase Agreement.

Any quote, modification, revision, or withdrawal of a quote received after the exact time specified for RFQ is "late" and will be handled in accordance with 52.212-l(f).

The complete quote must be received not later than 4:00 PM Central Standard Time (CST) on 22 Dec 2023 by e-mail to: tracey.moore.2@us.af.mil. All quotes must be typed and be in English. The entire proposal shall be contained in a single e- mail that does not exceed 5

megabytes including attachments, if any. E-mails with compressed files are not permitted. Please note it is very important that Clauses 52.204-24 and 52.212-3 be reviewed and the appropriate selections made. An offer is not complete without this critical step being completed.

Questions regarding this RFQ can be sent to Ms. Tracey Moore at the above noted email address before 20 Dec 2023 at 10:00 a.m. CST.

Attachment 1 Solicitation FA301624Q0012

Attachment 2 Wage Determination 2012-5253, Rev 21, 7/12/23

Attachment 3 Vendor Price List Attachment 4 BPA Question Form

Attachment 4 BPA Question Form

Contact Information

Contracting Office Address

  • ADMIN ONLY NO REQTN CP 210-671-3617 1655 SELFRIDGE AVE BLDG 5450
  • JBSA LACKLAND , TX 78236-5286
  • USA

Primary Point of Contact

Secondary Point of Contact

History