Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2003 FBO #0518
SOLICITATION NOTICE

X -- Berthing requirements for Encino area Reservists

Notice Date
4/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024403T0674
 
Point of Contact
John Middleton 619-532-2651 John Middleton Ph: 619-532-2651 Fx: 619-532-2347
 
E-Mail Address
Email your questions to click here to contact contracting specialist
(john_d_middleton@sd.fisc.navy.mil)
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. FISC San Diego is announcing its intent to issue a sole source procurement to Airtel Plaza Hotel under authority of FAR 6.302-1 for the following item: Line Item 0001: Hotel rooms for Reserve Personnel Statement of Work: (a) The period of this contract will be from 01 June 03 (or date of award) through 30 Sep 03 for the base period with two one year options. Hotel room must be double occupancy of like gender, two beds, restroom facilities with sink, and mirror separate fr om water closet bowl and shower. Hotel must have lighted parking lot and be within a 15 mile radius from the naval reserve center in Encino. The naval reserve center will provide a berthing request sheet to the hotel NLT Wednesday prior to the drill weekend. Under no circumstances are the telephone, vcr, movie rentals, or alcoholic beverage charges allowed to be billed to the government account. Individuals are to be doubled up in rooms per the berthing sheet provided by NMCRC Encino. Officers are to be separated from enlisted personnel, with senior officers separated from junior officers. CPO's will be separate from E-6 and below. An exception would be if a married couple are both drilling naval reservists. Personnel are not authorized to add their name to the berthing list after it has been turned over to the hotel by NMCRC Encino. All rooms will be non-smoking unles s specified by the NMCRC. Estimated quantity of double occupancy rooms required for one (1) year (minimum 350 rooms and maximum of 700 rooms). The following are the monthly drill dates for the base period: 07/08 JUN 03, 12/13 JUL 03, 02/03 AUG 03, and 06/07 SEP 03. Line Item 0002: Option for additional 12 months of service. Line Item 0003: Option for additional 12 months of service. This procurement is unrestricted; all responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document and incorporated provisions and clauses a re those in effect through Federal Acquisition Circular 97-24 and DFAR Change Notices effective through 12/13/00. The standard industrial code is 7011 (NAICS code 721110) and the business size standard is $6,000,000. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PRO VISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors - Contractor Evaluation System, Red / Yellow / Green Program appl ies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above mus t also accompany your quote. Quotes must be received no later than 3:00 PM, local time 05-13-03, and will be accepted via fax (619-532-2347) or via e-mail (john_d_middleton@sd.fisc.navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher . See Numbered Note (s) 22.
 
Web Link
click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00314486-W 20030501/030429213811 (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.