Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2002 FBO #0257
SOLICITATION NOTICE

V -- Temporary Lodging for U.S. Army Reservists, Fort Bragg NC

Notice Date
8/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Installation Business Office, Fort Bragg Contracting, P.O. Drawer 70120, Fort Bragg, NC 28307-0120
 
ZIP Code
28307-0120
 
Solicitation Number
DAKF40-02-R-033
 
Response Due
8/30/2002
 
Point of Contact
Lynn Harper, 910-396-4362x215
 
E-Mail Address
Email your questions to Installation Business Office, Fort Bragg Contracting
(harperlm@bragg.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for a commercial item, 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 DAKF40-02-R-0033 will be issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisiti on Circular 2001-08. The provisions and clauses may be downloaded at http://www.arnet.gov/far. This acquisition is being solicited as Unrestricted under NAICS Code 721110 with a size standard of $5.0 Million. The U.S. Army, Fort Bragg NC has a requirement for Temporary Lodging for U.S. Army Reservists. This acquisition is to be a Fixed Price Requi rements type contract with a Base Period of four (4) months and two (2) four (4) month Option Periods. Multiple awards are anticipated. Proposals shall include price for the base and option periods. The line item descriptions in the schedule are as foll ows: Line Item 0001 is for the base period of 1 Oct 02?31 Jan 03. Line Item 0001AA is for Single Occupancy Rooms, Estimated Quantity of 104,304. Line Item 0001AB is for Double Occupancy Rooms, Estimated Quantity of 82,041. Line Item 0002 is for the 1st option period of 1 Feb 03?31 May 03. Line Item 0002AA is for Single Occupancy Rooms, Estimated Quantity of 101,760. Line Item 0002AB is for Double Occupancy Rooms, Estimated Quantity of 80,040. Line Item 0003 is for the 2nd option period of 1 Jun 03?30 Sep 03. Line Item 0003AA is for Single Occupancy Rooms, Estimated Quantity of 103,456. Line Item 0003AB is for Double Occupancy rooms, Estimated Quantity of 81,374. All line item quantities are estimated. All Estimated Quantities are based on the Esti mated number of rooms required per day, multiplied by the total number of days in the period of performance. Offerors shall utilize the Proposed Schedule of Supplies and Services, which can be found on the IBO-Contracting Website, located at the end of th is synopsis/solicitation. In the blank under the estimated quantity of each line item, Offerors should insert the maximum number of rooms (Single and Double Occupancy) that their facility can provide during the period of performance using the same formula used above (number of rooms per day multiplied by the number of days in the period of performance). STATEMENT OF WORK: The Contractor shall furnish facilities, furniture, equipment, supplies, management, supervision and personnel to provide lodging accommodations as specified for U.S. Army Reservists temporarily assigned to Fort Bragg, NC. Lodging faci lities must be within a ten (10)-mile radius of the Installation Business Office-Contracting, Fort Bragg, NC. The Government will not pay more than the Government per diem rate for the area of Fayetteville, NC. The facilities furnished shall be solely on the basis on one (1) individual to a bed with no more than two individuals to a room for double occupancy. All rooms will be supplied with the following, fully operational equipment: 1 each telephone, 1 each television, 1 each microwave and 1 each refri gerator. All rooms will receive clean towel, trash removal and clean linen service as follows: Clean towel exchange shall occur three (3) times a week. Trash removal/collection service shall occur on a daily basis. Clean bed linen service will occur on e (1) time a week. Reservists will be placed in either a single or double occupancy room by the appointed COR, Alternate COR or Contracting Officer only. No individual room assignments or switching of rooms will be permitted by individual Reservists. Th e Contractor?s facility shall comply with all applicable fire and safety codes and regulations. The Government will not be responsible for any miscellaneous charges incurred by the in dividual Reservist. The Contractor shall explain to the reservist which miscellaneous services not covered by this contract, such as personal telephone charges, pay-for-view movies, room service and other such services are available and how the reservist will be charged by the Contractor for those services. The Government is under no obligation to provide services for accompanying spouses or visitors. Charges for spouses or other visitors shall be between the Contractor and the spouse, reservist or visit or. The Contractor shall not knowingly condone illegal acts on the premises of his/her establishment. The Contractor shall have a security plan to ensure the U.S. Army Reservists are in a safe and crime free environment. The Government assumes no liabil ity for any damage caused by the Reservists. The Contractor will have a Quality Plan in place to ensure that the facilities meet the state and local health, sanitation and fire prevention standards and that inspections are being conducted in accordance wi th said plan. At the direction of the Contracting Officer or Contract Specialist, the Contractor will unlock room doors to allow access of Government Officials. The Contractor?s employees shall be courteous to all persons serviced under this contract. C ourtesy rendered shall be equal to that rendered to other civilian customers of the establishment and equal to that expected of any public lodging facility. Cancellation/Termination Conditions ? The Government reserves the right to cancel/terminate any or all portions of the contract two (2) weeks after written notification from the Contracting Officer. The Contractor will waive any charges against the Government due to the cancellation/termination and release it from all obligations under the contract if the Government gives the required two weeks advance notice of termination of all, or any portion, of any delivery order issued under this contract. Invoices shall be submitted to Department of the Army, 2125th Garrison Support Unit, Building AT-5424 Prat t Street, Fort Bragg, NC 28310. Payment by Government Commercial Credit Card is an optional means for payment of services/supplies ordered. On the schedule located on the IBO-C website, Offerors are requested to indicate whether they will accept the credi t card as a method of payment by placing a check mark at the beginning of one of the following paragraphs: (1)I will accept the Government Commercial Credit Card, and offer a discount for all orders placed using the card; (2)I will accept the Government Co mmercial Credit Card, but elect not to offer any discount; or (3)I elect not to accept the Government Commercial Card for payment. (Discounts offered in connection with the credit card WILL NOT be used in the evaluation of the proposals received). If Off eror accepts the Credit Card, FAR 52.232-36, Payment by Third Party applies. If Offeror elects not to accept the Credit Card, FAR 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration applies. Please note that U.S. Department of Labor Wage Determination Number 1995-0751, Rev. 11, Dtd 05/28/2002 is incorporated into this solicitation and shall be applicable to any resultant contract. This Wage Determination can also be found at the IBO-C website. FAR 52.212-1, Instructions to Offerors - Commercial Items, is applicable except that facsimile or alternate proposals are not acceptable and Offerors shall agree to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. FAR 52.212-2, Evaluation Commercial Items, applies with the following evaluation factors inserted in paragraph ?a? of the provision: (1) Price, (2) Availability of rooms and (3) Acceptance of the terms and conditions of this contract. One of t he considerations in the availability of rooms will be if rooms are continuously available during the period of performance or if the rooms are offered intermittently. Awards will be made to responsible, technically acceptable, lowest priced Offerors, whose proposal, conforming to the RFP, is the most advantageous to the Government. FAR 52.212-4, Contract Terms and Conditions-Commercial Items is also applicable with no changes. FAR 52.212- 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items applies with the following subparagraphs checked as appropriate: 52.203-6, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. 52 .232-36, 52.222-41, 52.222-42, and 52.222-43. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following subparagraphs checked as app ropriate: 52.203-3, 252.205-7000, 252.219-7003, 252.243-7002, 252.247-7023 and 252.247-7024. Additionally, DFARS 252.246-7000, Material Inspection and Receiving Report is applicable. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items are applicable and Offerors shall include a completed copy of the Representations and Certificatio ns with their proposal. These Representations and Certifications can be found on the website provided at the end of this synopsis/solicitation. The following clauses are also applicable: FAR 52.216-18, Ordering, paragraph (a) shall state: ?Such orders may be issued from 1 Oct 02?31 Jan 03. If the Government elects to exercise the 1st Option Period, delivery orders may be issued for the periods as stated in the Schedule?; FAR 52.216-19, Order Limitations, paragraph (a) shall state: ?$500.00,? paragraph (b)(1) ?$2,000,000.00? (b)(2) ?$4,000,000.00? and (b)(3) ?ten (10)?; FAR 52.216-21, Requirements, paragraph (f) shall state, ?31 Jan 03?; FAR 52. 217-5, Evaluation of Options; FAR 52.217-8, Option to Extend Services, insert ?at any time prior to the expiration of the contract?; FAR 52.217-9, Option to Extend the Term of the Contract, paragraph (a) shall state, ?14 calendar days prior to expiration of the contract? and paragraph (c) shall state, ?18 months?; FAR 52.232-18, Availability of Funds; FAR 52.233-2, Service of Protest, paragraph (a) shall state, ?Cheryl H. Nixon, Acquisition Div. IBO-C, Bldg. 1-1833, Scott St., Ft. Bragg, NC 28310'; FAR 52 .252-1, Solicitation Provisions Incorporated by Reference; DFARS 252.204-7004, Required Central Contractor Registration; and DFARS 252.201-7000, Contracting Officer?s Representative. Proposals are due by 3:00 p.m. EST, 30 August 2002 and must be submitted in hard copy to include the following documents: (1) SF 1449 signed by an individual authorized to bind the company; (2) the Proposed Schedule of Supplies and Services providing the m aximum number of rooms (Single and Double Occupancy) that your lodging facility can provide and the price per room by completing each line item; (3) completed representations and certifications; and (4) a statement to acknowledge any amendments to the soli citation. Offerors may download the SF 1449, the Proposed Schedule of Supplies and Services, and the Representations and Certifications at the IBO-C website. Amendments, if any, will be published in the Army Single Face to Industry (ASFI) web page and posted to the IBO-C website. The Installation Business Office-Contracting web site is: http://www.bragg.army.mil/www-doc/default.htm. NO HARD COPI ES WILL BE SENT. It is your responsibility to review the website for any changes to the RFP. Contractors must be registered in Central Contractor Registration (CCR) prior to award for solicitations issued after 31 May 1998. DUNS/CCR website is: http://cc r.gov. The Point of Contact for this requirement is Lynn M. Harper, (910)396-4362 x241 or email harperlm@bragg.army.mil. The address for proposal submission is: Installation Business Office-Contracting ATTN: AFZA-IBO-C, Lynn M. Harper, Bldg. 1-1333, Armistea d & Macomb Streets, Fort Bragg, NC 28310.
 
Place of Performance
Address: Installation Business Office, Fort Bragg Contracting P.O. Drawer 70120, Fort Bragg NC
Zip Code: 28307-0120
Country: US
 
Record
SN00140757-W 20020816/020814213735 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.