Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2003 FBO #0505
SOLICITATION NOTICE

V -- Lodging

Notice Date
4/17/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
F25600-03-T-0010
 
Response Due
4/24/2003
 
Archive Date
5/9/2003
 
Point of Contact
Cynthia Flemming, Contract Specialist, Phone (402)294-6950, Fax (402)232-6571, - Patrick Foster, Contracting Officer, Phone (402)294-3546, Fax (402)232-6571,
 
E-Mail Address
Cynthia.Flemming@offutt.af.mil, patrick.foster@offutt.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is F25600-03-T-0010 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 201-13. The NAICS Code for this acquisition is 721110 with a size standard of 6.0 Million. This requirement is set aside 100% for small business concerns. The government intends to issue a firm fixed price “Not to Exceed” purchase order for the following services: Lodging for approximately 70 personnel, for the period of approximately 25 Apr 03 – 31 Dec 03. Actual quantities of rooms required and performance period may vary – the government will tender payment only for rooms ordered by the government. Facility must be within a 5-mile radius of Offutt Air Force Base. Participants must also be able to meet the following terms: STATEMENT OF WORK FOR CONTRACT QUARTERS. SECTION 1.GENERAL. 1.1. SCOPE OF WORK: The contractor shall furnish lodging accommodations for Offutt Air Force Base, Nebraska. The performance standards are requirements for these services include the following responsibilities: a. Provide single occupancy hotel or motel rooms for approximately 70 personnel from approximately 25 Apr 03 through approximately 31 Dec 03. **** b. Problems or questions concerning the correctness of items on the final bill (phone calls, food, drinks, cleaning, etc.) should be settled between the innkeeper and the traveler in the same manner as other innkeeper/guest problems are solved. 1.2. QUALITY ASSURANCE: The government will monitor compliance with the terms and conditions of the contract by customer complaint and inspection of the property. The government reserves the right to inspect the property at any time during the contract period to ensure compliance with health and fire codes. SECTION 2 RESERVED SECTION 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES 3.1. AIR FORCE FORM 3211. Questionnaire for personnel billeted in contract quarters to calculate services received. SECTION 4. CONTRACTOR FURNISHED ITEMS. 4.0. The contractor shall furnish the following: 4.1. ROOMS: 4.1.1. Living Space: 4.1.1.1. Each room shall contain net living and sleeping areas in accordance with local standards. No more than one person shall be assigned to a room or share a bathroom. 4.1.2. Standards: 4.1.2.1.Rooms shall be constructed and finished to provide good light. All piping and wiring must be enclosed. 4.1.2.2. All finishes (walls and ceilings) should be free from damage, scars, marks, dirt and dust. Vents and surrounding finishes must be free of dirt and dust. 4.1.2.3.Ceilings and walls should be finished in paint or wall covering. 4.1.2.4.All floors in living and sleeping areas should have clean, serviceable, covering. 4.1.2.5. All windows shall be provided drapes with blackout lining, shades, or blinds. If only drapes are provided, they must screen out light. 4.1.2.6. Sufficient electrical outlets shall be available. All electrical cords, bulbs, lights, and switches shall be operational and free of defects. 4.1.2.7. All entrance doors to rooms shall have interior security locks, either deadbolt or double locking locks. Each room occupant shall be provided with a room key. All doors shall be free from holes, dents, or other physical defects. 4.1.2.8. Smoke and fire protection systems must be installed and meet federal, state, and local codes. 4.1.2.9 Bathrooms must be constructed to provide convenient sanitary facilities. Wash basin and shower/tub areas shall have a vanity table, a large (minimum I 18”x 30”) lighted mirror, stopper devices, soap dishes, towel bars/hooks, and grounded electrical outlets conveniently located for use of electric razors, hair dryers, etc. Loose, missing, or badly worn/damaged wail tiles, floor tiles, fixtures or accessories are unacceptable. The fixtures controlling the flow of water must not be cracked or leaking and shall operate properly to maintain a constant, adequate flow and temperature without sudden surges or temperature changes. Bathrooms must have a working exhaust fan or an exterior window that can be opened which must be of frosted glass or curtained to provide privacy. The shower or shower/tub combination shall have shower doors or curtains. 4.1.3. Furnishings and Equipment: Furnishings and equipment must be clean and in good repair. The following minimum furnishings are required: a. Lamp - I per desk or writing table b. Chair, occasional. 1 per occupant Mirror - 1 per sleeping room Clothes storage drawers - 2 per bed e. Table, night, with lamp -1 per bed f. Desk or writing table with chair- 1 per bedroom g. Luggage rack - I per bed h. Throw’ rug (if room not carpeted) i. Ash tray. 1 per bed (if smoking room) j.Trash containers - 2 in bedroom and 1 in bathroom k.Color television and radio - 1 of each per room l. EACH ROOM MUST CONTAIN A REFRIGERATOR AND MICROWAVE 4.1.4 Heating, air conditioning, and ventilation: Living quarters shall be provided with individual room controlled heating and air conditioning (in season) and otherwise provide the ventilation necessary to maintain comfort for guests. If utilities fail, other than an area-wide failure, for more than four hours, the contractor shall take action to relocate all occupants to another lodging facility of equal or better quality at no expense to the government or the occupants. 4.2. SAFEGUARDING VALUABLES: The contractor must provide a means of storing and safeguarding, in a safe or vault, small high-value personal property of the occupants. Receipts for the stored items must be furnished to the guests. SECTION 5. SPECIFIC TASKS. 5.0. SERVICES The contractor shall provide the following services: 5.1. ASSIGNMENT OF QUARTERS/ROOMS: The Contracting Officer, or his designated representative, is responsible for designating the Government personnel to occupy the contractor’s facility, and shall provide these personnel with a Contract Billeting Authorization number, which they shall submit upon registering at the contracting facility. 5.2. CHECK IN/OUT SERVICE: The contractor must provide a check in/out service on a 24-hour basis, 7 days a week. The desk area shall be clean, efficiently designed to process multiple check-in/outs simultaneously, and sufficiently staffed with trained personnel. Contractor agrees to inform all government personnel assigned accommodations under this agreement of the required check out time. Check out time must be prominently posted. Government personnel, who incur another day’s charge because of failing to meet the required checkout Lime, do so at their expense. The government incurs no liability in this instance. 5.3. TELEPHONE: A telephone shall be provided in each room at no charge to the occupant. Each room occupant shall pay for all toll calls placed by them. 5.4 EXTRA SERVICE: All extra services not specified in this statement of work, or not normally included in the room rate, shall be paid by the individuals requesting and receiving the extra service. 5.5. DINING FACILITIES: At least one dining facility serving three meals a day must be within convenient lighted walking distance of the contract facility. 5.6. CUSTODIAL/SANITATION SERVICES: Daily services include, but are not limited to, room cleaning, bed-making, linen change (as required), adequate quantities of soap (minimum of 1 & ¼ ounces deodorant bar), bath towels, hand towels, wash cloths, sanitized drinking glasses, facial tissues, and cloth bath mat. 5.7. LINEN SERVICE: Linen service shall be provided at least once per week or when occupancy changes, whichever occurs first, and whenever necessary due to guest’s personal requirements. Additional blankets shall be made available if requested by occupant. All linen and blankets shall be clean, freshly laundered, without any objectionable odors, and in good repair, free from tears, rips, holes, stains and extensive wear. Pillows shall be at least six inches thick to provide proper support. 5.8. COMMON USE AREAS: The contractor shall keep all hallways, corridors, grounds and other adjacent areas under the contractor’s control in a clean, neat, and safe condition. 5.9 “DO NOT DISTURB” SIGNS: All rooms shall have such signs available. Contractor employees shall respect them when displayed. 5.10 INFORMATION SERVICES: Desk clerks shall be able to explain to occupants their miscellaneous charges not covered by this statement of work, for example, telephone charges. SECTION 6. APPLICABLE FORMS. 6.1. The base lodging office will provide each contract quarters occupant with a Contract Billeting Authorization number and the room rate by either a hard copy or by telecommunication methods (phone, fax, and computer). The base lodging office will give the contractor the name of the individual on official military travel orders that they in turn give to the contractor at registration. If the traveler was given a hard copy of the Contract Billeting Authorization number, the guest will turn this copy, along with a copy of his/her travel order, over to the contractor at registration. The following provisions and clauses apply to this acquisition: FAR 52.203-3 -- Gratuities, FAR 52.203-6 Alt I -- Restrictions on Subcontractors Sales to the Government, FAR 52.204-4 -- Printed or Copies Double-Sided on Recycled Paper, FAR 209-6 -- Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment, FAR 52.212-1 -- Instructions to Offerors Commercial, FAR 52.212-2 --Evaluation- Commercial Items (with the following additional information: evaluation factors are price and past performance. Price and past performance, when combined, are approximately equal), FAR 52.212-4 -- Contract Terms and Conditions – Commercial Items, FAR 52- 219-6 -- Notice of Total Small Business Set-Aide, FAR 52-219-8 -- Utilization of Small Business Concerns, FAR 52-222-3 -- Convict Labor, FAR 52.222-21 -- Prohibition of Segregated Facilities, FAR 52.222-26 -- Equal Opportunity, FAR 52.222-35 -- Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 -- Affirmative Action for Workers with disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.227-2 -- Notice and Assistance Regarding Patent and Copyright Infringement, FAR 52.232-33 -- Payment by Electronic Funds Transfer - Central Contractor Registration, FAR 52.242-13 -- Bankruptcy, FAR 52.253-1 -- Computer Generated Forms, DFARS 252.204-7003 -- Control of Government Personnel Work Product, DFARS 252.204-7004 -- Required Central Contractor Registration, DFARS 252.209-7004 -- Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, DFARS 252.225-7012 -- Preference for Certain Domestic Commodities, DFARS 252.243-7002 -- Request for Equitable Adjustment.. Offerors must include a complete copy of 52.212-3, Offeror Representation and Certifications -- Commercial Items with offer. All referenced contract clauses may be accessed electronically a http://farsite.hill.af.mil/vffara.htm); Please reference solicitation number F25600-03-T-0010 on all correspondence. No numbered notes are applicable to this acquisition. All quotes are due no later than 24 APRIL 03 at 12:30 P.M. (CST) to 55 CONS/LGCB. Quotations may be submitted via e-mail to Cynthia.Flemming@Offutt.af.mil or faxed 402-294-7280. Contact TSgt Cynthia G. Flemming at 402-294-6950 with any questions. NOTE: AWARD WILL BE BASED ON LOWEST QUOTE RECEIVED AND LOCATION OF FACILITY IN RELATION TO OFFUTT AFB. CONTRACTORS MUST ALSO BE CCR REGISTERED. TO REGISTER, GO TO THE WEB SITE: http://www.ccr.dlsc.dla.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/55CONS/F25600-03-T-0010/listing.html)
 
Place of Performance
Address: 101 WASHINGTON SQ. BLDG 40, OFFUTT AFB NE
Zip Code: 68113
Country: USA
 
Record
SN00306755-F 20030419/030417222125 (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.