Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2003 FBO #0617
MODIFICATION

V -- Lodging services

Notice Date
8/6/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-03-T-0258
 
Response Due
8/11/2003
 
Archive Date
11/15/2003
 
Point of Contact
Anne Ditch, Contract Specialist, Phone 904 542-0472, Fax 904 542-1163,
 
E-Mail Address
anne_t_ditch@jax.fisc.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items 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 number N68836-03-T-0258 applies and is issued as a Request for Quotation. On behalf of Patrol Squadron TEN, Brunswick, Maine, the Fleet & Industrial Supply Center, Jacksonville, Florida intends to procure on an unrestricted basis, lodging facilities for Patrol Squadron Ten personnel. The North American Industry Classification System (NAICS) code is 721110 and the business size standard is $6.0 million. A firm fixed price contract is contemplated. Period of performance is 01 September 2003 through 06 February 2004. Place of performance is, Clay/Duval county, Florida. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Rooms are required to be at one location and are required continuously during the above time periods. 0001 LODGING FACILITIES Lodging for PATRON TEN, Period of Performance, 01SEP03 ? 30SEP03 Estimated UNIT PRICE TOTAL Quantities 0001AA Double occupancy rooms 2280 each ___________ ___________ 0001AB Single occupancy rooms, 180 each ___________ ___________ 0002 LODGING FACILITIES Lodging for PATRON TEN, Period of Performance, 01 OCT 03 ? 06 FEB 04 Estimated UNIT PRICE TOTAL Quantities 0002AA Double occupancy rooms 14190 each __________ ___________ 0002AB Single occupancy rooms 516 each __________ ___________ The quantities listed above are only estimates, contractor shall invoice for only the number of rooms used. -For double occupancy rooms, the contractor shall separate officers and enlisted personnel. Officer shall be further subdivided between pay grade O-4 and O-3 and below. Enlisted paygrades shall be subdivided into E-8, E-7, E-6, E-5 and then E-4 and below groups. The contractor in concert with the Unit Billeting Coordinator will work together to achieve desired paygrade and gender separation. -Breakfast meals will be included and shall be hot, and of good commercial quality and quantity. Continental breakfast will not satisfy the requirement for hot breakfast meals. Buffet type meals are the preferred type. Offerors proposing other than buffet meals shall indicate the type of meals being offered. Breakfast meal will begin no later than 6:00 a.m. to allow personnel adequate time to eat. -Hot meals shall be served in the same building where lodging is provided. -The contractor shall provide, within the room, a coffee pot, refrigerator, and microwave. A variety of snack and soft drink vending machines shall be located within the building. Each room shall have an iron and a standard size ironing board. -Contractor shall have a sufficient number of non-smoking rooms, that non-smoking occupants will not be forced to occupy smoking rooms. -Each room shall have telephones with free local calling, calling card, and 800 access. Telephones shall have standard RJ-11 adapters to allow computer/modem hookup. -Proximity of lodging facility to Naval Air Station Jacksonville. The lodging facility shall be located within fifteen minutes? surface commute of Naval Air Station Jacksonville, Hangar 1000, Jacksonville, FL under normal traffic conditions between 6:30 a.m. and 7:30 a.m. and 4:00 p.m. and 5:30 p.m. -Rooms shall be guaranteed until 11 p.m. on the first night of occupancy, after which rooms may be made available for other hotel business. -Check-in should be no later than 1500 with check-out no earlier than 1100. -Parking. The contractor shall provide adequate on-premises parking for approximately 60 vehicles at no additional cost to the government. -Minimum size and furnishings. Each room shall be a minimum of 250 square feet, and include the following minimum furnishings: two double beds (one double bed for single occupancy rooms), an attached full bathroom with sink outside the bathroom/shower area, closet, study area with desk, chairs, dresser, night stand, desktop lamps, refrigerator, telephone, AM/FM clock radio, and cable or satellite television with remote control. Lighting shall be adequate for reading. All furniture shall be in good condition. Beds shall have no exposed springs or defective springs causing discomfort to the individual. Carpeting shall not be soiled and shall have no bare spots or frayed edges. All bath, shower and sink fixtures (including the shower curtain) shall be free of rust and mildew. All rooms to be non-smoking rooms unless specifically requested as smoking by the member at time of check-in. -Each room shall have sufficient towels and amenities for two guests. A minimum of four towels, four wash cloths, two hand towels, four bars of soap, and other amenities shall be provided in each room. -The contractors facility shall comply with the Hotel and Motel Fire Safety Act of 1990, 15 U.S.C. 2201 et esq, (Public Law 101-3911), have a FEMA certification number, and shall meet minimum federal, state, and local standards for hotels. -Sound insulation. Each room shall be sufficiently insulated to prevent sounds of normal outside traffic and normal conversation in adjoining rooms from being heard inside the room. Rooms assigned shall not be located near or directly over/under noisy, heavy traffic areas such as bar, dance floor, or lounge. -Cleanliness. The contractor shall have an established policy to thoroughly clean each room before assigning it to a new occupant. The contractor shall have an established policy to clean rooms daily during occupancy to include replacing dirty towels, making beds, cleaning sink, countertop, and shower, and emptying trash. -Security. The contractor shall have onsite security and a twenty-four hour per day staffed information/lobby desk. Parking lots shall be sufficiently lighted, and contractor shall have an established policy for security personnel making periodic inspections of exterior entries to building and parking areas. Vending and ice machines should be located inside the building. -Safety. Each room shall be equipped with a smoke detector(s) and a water sprinkler fire fighting system. -The contractor shall either provide around the clock maintenance support to fix problems such as clogged drains and inoperable equipment in room, or promptly transfer occupants to another fully functional room. -An adequate number of self-service laundry facilities shall be available within the building. -Utilities. The contractor shall provide sufficient and uninterrupted supply of hot water (not less than 110 degrees Fahrenheit) to each room twenty-four hours per day. Each room shall have controls to individually adjust heat and air conditioning. -The hotel business office/Front desk should have a facsimile machine for use by squadron personnel at current market rates. -In the event that a substantial portion of the CONTRACTOR's facility is destroyed by fire, hurricane, tornado, civil threat, rioting, terrorist strike or some other act of god, both parties obligations hereunder shall terminate and be without further force or effect and neither party shall have any further rights, duties or obligations. The following FAR clauses apply to this solicitation and are incorporated by reference: 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999), 52.212-1 Instructions to Offers-Commercial (OCT 2000) applies to this acquisition. 52.212-2 Evaluation-Commercial Items (JAN 1999) 52.212-3 Offeror representations/Certifications-Commercial Items (JUL 2002) all offerors are required to provide a completed copy of the provision therein. 52.212-4 Contract Term and Conditions ? Commercial Items (FEB 2002), applies to this acquisition. 52.215-5 Facsimile Proposals (OCT 1997) 52.222-22 Previous Contracts and compliance reports (FEB 1999). The following FAR clause and provisions apply to this solicitation and are incorporated by full text: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2003) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). _X_ (7) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)). _X_ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). _X_ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (13) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126). _X_ (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (24) 52.225-13, Restrictions on Certain Foreign Purchases (June 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). _X_ (29) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq.). _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. The following Defense FAR Supplement(DFAR) clauses apply to this solicitation and are incorporated by reference: DFAR 252.204-7004, Required Central Contractor Registration (NOV 2001), go to www.ccr.gov to register. DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 252.225-7001 Buy American Act and Balance of Payment Program (MAR 1998), 252.225-7012 Preference for Certain Domestic Commodities (FEB 2003), 252.243-7002 Certification of Requests for Equitable Adjustment (MAR 1998). DFAR 252.225-7000, Buy American Act-Balance of Payments Program Certificate (SEP 1999) The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factor: Lowest Price Technically Acceptable. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer 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, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Quotations must be received no later than 4:00 P.M 07 August 2003. Quotations must be in writing and may be faxed, emailed or mailed to the following. Fleet Industrial Supply Center, FISC JAX BLDG, 110 3rd Floor Naval Station Jacksonville FL 32212. Attn: Anne Ditch. Fax 904-542-1163 Telephone 904-542-0472, EMAIL: Anne_T_Ditch@jax.fisc.navy.mil.
 
Place of Performance
Address: Clay/Duval County, Florida
Zip Code: 32212
Country: United States
 
Record
SN00394011-W 20030808/030806214137 (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.