Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2002 FBO #0271
SOLICITATION NOTICE

99 -- Lodging Services

Notice Date
8/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Naval Construction Battalion Center, CBC Code 520 2401 Upper Nixon Road, Gulfport, MS, 39501-5001
 
ZIP Code
39501-5001
 
Solicitation Number
N62604-03-Q-4012
 
Response Due
9/20/2002
 
Point of Contact
Bonnie Adams, Purchasing Agent, Phone 228-871-2868, Fax 228-871-3212, - Derald Johnson, Supv Purchasing Agent, Phone (228) 871-2176, Fax (228) 871-3212,
 
E-Mail Address
baadams@cbcgulfport.navy.mil, dmjohnson@cbcgulfport.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for A YEARLY BERTHING CONTRACT in the FORT BELVOIR, VIRGINIA, area 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; quotations are being requested and a written solicitation will not be issued. Solicitation # N62604-03-Q-4012 is issued as a request for quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-05 and DCN 2002 0314. This acquisition is Set Aside for Small Business. The NAICS code is 72110; small business size standard is 500. There is 0001 contract line item consisting of Berthing Services for U. S. Reserve Units on Travel Orders to (Fort Belvoir) Virginia. The contract period is 01 October 2002 through 30 September 2003. A list of designated drill weekends will be provided to contractor at time of award or shortly thereafter. Lodging sheets will be provided to contractor every Wednesday, prior to each drill Weekend. Each member staying in contracted facility must sign in and out on these sheets. Contractor in turn must forward sheets to NMCB-23, point of contact by 8:00 A. M., the following day of use of rooms, upon each drill weekend. CLIN 0001 ? 1200 (Twelve hundred) double occupancy room?s (2) two twin/double beds, to be scheduled throughout the fiscal year period. Requirements are as follow: 1. The contractor shall provide single rooms at the same facility. Each room shall have at least two (2) twin/double beds; collapsible or rollaway are not acceptable to fulfill this requirement. Each room shall have its own bathroom, and adequate heat and air conditioning, as appropriate. Room assignments shall be mad by the contractor based on the following: A. Two persons of the same gender per room, except for married couples authorized by NMCB-23. B. Officers will only be billeted with other officers. C. Chiefs will only be billeted with other Chiefs. D. E-6 and below will only be billeted with other E-6 and below. 2. The contractor shall provide uninterrupted supply of hot water to each room, each room, each morning during the hour of 5:00 A. M. to 8:00 A. M. The temperature of the water shall not be less than 100 degrees Fahrenheit. 3. The lodging facility must be located within a twenty (20) mile commute from Fort Belvoir, Virginia by surface travel during a normal weekend day. Two (2)-parking spaces shall be made available for each room contracted. The facility shall be within walking distance of public transportation, or the contractor shall provide transportation free of charge to public transportation. 4. The lodging facility shall have an information desk staffed twenty-four (24) hours a day. A full service restaurant must be located on the premises or within a 5 block radius of the facility, and shall be able to serve a selective menu upon request between the hours of 5:30 A. M. to 7:30 A. M., 11:00 A. M. to 1:00 P. M., and 4:30 P. M. to 9:00 P. M. when the facility is being utilized for berthing. For off site restaurants, menus must be available at the front desk of the facility. 5. Rooms shall be supplied with daily maid and linen service. 6. Rooms shall not be located near noisy or heavy traffic areas such as a bar, dance floor or lounge. When there are tour groups lodged in the facility, members need to be berthed in an area of the facility away from the tour groups. 7. The Contracting Officer or representative may conduct a pre-award site visit prior to and during the term of the contract period. 8. The number of rooms required each month should remain flexible. Normally the number of rooms will not exceed 50 rooms per night. However, if additional rooms are required they will be coordinated in sufficient time with the awardee. The exact quantity of rooms needed may change from month to month based upon manpower requirements. The maximum number of rooms should not exceed 1200 per fiscal year. Changes can be made up to noon (12:00 P.M.) on the day of occupancy. The reserve drill weekends are currently scheduled for: PRIMARY DRILL WEEKEND FY 03 ? October 5-6, November 2-3; December 7-8; January 11-12; February 1-2; March 1-2; April 5-6; May 3-4; June 7-8; July 12-13; August 2-3 and September 13-14. MAINTENANCE DRILL WEEKEND FY 03 ? October 12-12; November 9-10; December 14-15; January 18-19; February 8-9; March 8-9; April 12-13; May 10-11; June 14-15; July 19-20; August 9-10 and September 20-21. Drill dates are subject to change due to operational requirements. NMCB-23 personnel will coordinate with the contractor for the exact number of rooms each month prior to need. NMCB-23 personnel will advise the contractor of any changes to the above dates as soon as changes are known. 9. Reservists will check out by noon (12:00 P. M.) the last day of the Reserve Drill Weekend. 10. In the event that the contractor cannot provide the required services, the contractor shall, at no additional cost to the Government, contract with another vendor for the services required by this contract. 11. At a minimum, the contractor shall provide security services for parking areas from one (1) hour before sunset until one (1) hour after sunrise. Services shall include a roving security officer during these periods. 12. The contractor shall invoice for the number of rooms occupied in accordance with paragraph 1 of this Statement of Work. The contractor is to maximize room utilization. Payment will be based on the number of personnel in each category divided by two and multiplied by the applicable room rate. All reservations will be held until 6:00 P. M. daily unless guaranteed by person on berthing list for later arrival! Any persons on berthing list; arriving after 6:00 P. M., that did not guarantee late arrival will only be issued a room CHARGED ON PERSONAL CREDIT CARD. An offeror must quote on all rooms in this solicitation to be eligible for award. Solicitation provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2000) is hereby incorporated by reference. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2002) is hereby incorporated by reference. FAR Clause 52.212-5 (Dec 2001), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract (b)(5) 52.219-8, (b)(12) 52.222-26, (b)(13) 52.222-35, (b)(14) 52.222-36, (b)(15) 52.222-37, (b)( 24) 52.232-33, and (b)(28)(I) 52.247-64. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, is hereby incorporated by reference, with additional DFAR clauses included in this solicitation and any resultant contract, as follows: (b)(5) 252.225-7001, (b)(15) 252.225-7036. Additional Contract Terms and Conditions applicable to this procurement is Type of contract: A firm fixed-price contract will be awarded using Simplified Acquisition Procedures. Award will be made to the offeror that meets the solicitation criteria, delivery, and lowest price. The Government reserves the right to make award on the initial offer received without discussions. The Government reserves the right to eliminate from further consideration those proposals which are considered non-responsive. Companies wishing to respond to this solicitation should provide this office with the following: A price quote, submitted on your company letterhead or your standard company quotation forms, for the requested items showing solicitation number, unit price, extended price, FOB, prompt payment terms, delivery time, and correct address. OFFERS MUST BE SIGNED. Offerors are reminded to include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications ?Commercial Items, as well as DFARS 252.212-7000, Offeror Representations and Certifications ?Commercial Items, and DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate with their offers. Those companies not in possession of the provisions in full text may contact this office and a copy will be faxed to you. Each offer shall include their Dun & Bradstreet Code and their Commercial and Government Entity (CAGE) Code. All contractors who provide goods/services to the Department of Defense (DOD) must be registered in the Central Contractor Register (CCR). Further information may be obtained through the Internet at: http://www.acq.osd.mil/ec/faqs. You cannot be awarded a DOD contract if you are not registered in the CCR. The Internet site for registering in the CCR is http://ccr.edi.disa.mil. If you do not have Internet access and want to register with a paper form, you should contact CCR Registration Assistance Center at 1-888-227-2423, Customer Service, and request the registration form and assistance packet for your completion. All questions concerning this RFQ must be submitted in writing no telephonic responses will be processed. Questions should be faxed to is Bonnie A. Adams, FAX 228- 871-3212 by September 11, 2002. Quotations are due on September 20, 2002 2:00 P. M., to Contracting Officer (Code 522), 2401 UPPER NIXON ROAD, GULFPORT, MS 39501-5001. Facsimile quotations acceptable. FAX 228-871-3212. No oral quotations will be accepted. All responsible sources may submit a quotation, which shall be considered. See Note 1.
 
Place of Performance
Address: Lodging Services in the local commuting area of:, NMCB-23, Fort Belvoir, VA 22060
Zip Code: 22060
 
Record
SN00152496-W 20020830/020828214122 (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.