Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2003 FBO #0661
MODIFICATION

V -- LODGING - HOTEL

Notice Date
9/17/2003
 
Notice Type
Modification
 
Contracting Office
US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
DAAD17-03-R-0038
 
Response Due
9/22/2003
 
Archive Date
11/21/2003
 
Point of Contact
Tanya Hill, 301-394-1945
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(thill@arl.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA (i) This is a combined synopsis/solicitation for commercial services 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; prop osals/bids are being requested and a written solicitation will not be issued. This Solicitation serves as a Request for Proposal (RFP). GUARDS WILL BE WORKING IN ADELPHI, MD. Facilities offered should be within a 30 mile radius of working site. (ii) The solicitation number is DAAD17-03-R-0038. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-13. (iv) The associated North America Industry Classification System (NAIC S) Code is 72111 (v) The following is the contract line item number and items, quantities and units of measure: CLIN NO. DESCRIPTION QUANTITY UNIT 01 LODGING ROOMS THE CONTRACTOR SHALL PROVIDE LODGING FACILITIES TO HOUSE UP TO TWENTY-TWO NATIONAL GUARDSMEN IN ACCORDANCE WITH THE STATEMENT OF WORK AND THE FOLLOWING SUBLINE ITEMS FOR A PERIOD UP TO NINE (9) MONTHS 0001AA SINGLE ROOMS (Up To 6) Each 0001AB DOUBLE ROOMS (Up To 8) Each 02 LODGING ROOMS (OPTION) THE CONTRACTOR SHALL PROVIDE LODGING FACILITIES TO HOUSE UP TO TWENTY-TWO NATIONAL GUARDSMEN IN ACCORDANCE WITH THE STATEMENT OF WORK AND THE FOLLOWING SUBLINE ITEMS FOR A PERIOD UP TO NINE (9) MONTHS 0002AA SINGLE ROOMS (Up To 6) Each 0002AB DOUBLE ROOMS (Up To 8) Each (vi) Description of requirements: The above service shall be provided in accordance with the statement of work below. Pricing shall be required for all items as identified. The statement of work is as follows: As a result of the September 11, 2001 tragedy, the US Army Research Laboratory (ARL) has a requirement to house up to twenty (22) Army National Guardsmen for a period not to exceed nine (9) months. A) Contractor shall provide: Up to Six (6) rooms with single beds for the period 1 October 2003 through 30 June 2004. Up to Eight (8) rooms with double beds for the period 1 October 2003 through 30 June 2004. Note: It is anticipated that the initial order will consist of five (5) single rooms and seven (7) double rooms. The facilities furnished shall be solely on the basis of one (1) individual to a bed with no more than two individuals to a room for double occupancy. B) Guardsmen 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 the Guardsmen. C) The contractor's facility shall include an onsite laundry room and have convenient access to restaurants and shopping facilities. All rooms shall be supplied with a minimum of: one (1) each telephone, one (1) each television, one (1) each microwave, o ne (1) each refrigerator, and one (1) each stovetop or oven. All equipment shall be fully operational. Daily breakfast and some evening refreshments are desirable. A fitness center on the premises would also be desirable. Note: In the event the contractor is offering two bedroom suites, there shall be an additional telephone and television for the second bedroom. D) All rooms shall be cleaned daily. E) All rooms shall receive clean towels, trash removal, vacuuming, and clean linen service as follows: Clean towel exchange shall occur no less than three (3) times a week; Trash removal/collection service shall occur on a daily basis; Rooms shall be vacuumed no less than one (1) day a week; and Clean bed linen service shall occur no less than one (1) day a week. F) The Contractor's facility shall comply with all applicable fire and safety codes and regulations. G) The Government will not be respons ible for any miscellaneous charges incurred by the individual Guardsmen. The Contractor must clearly outline to each Guardsmen which miscellaneous services are not covered by this contract such as personal telephone charges, pay-per-view movies, room serv ice, and other such services available at additional costs and how the Guardsmen 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 visitors shall be between the Contractor and the spouse, Guardsmen, or visitor. H) The Contractor shall have a Quality Plan in place to ensure that the facilities meet the state and local health, sanitation and fire prevention standards and that the inspections are being conducted in accordance with said plan. I) At the direction of the Contracting Officer, the Contractor shall unlock any room occupied by the Guardsmen to allow access of Government Officials. J) Contractor shall include in their proposal their termination/cancellation policy. The Government reserves the right to cancel/terminate any or all portions of the contract upon successful notification to the Contractor within the time outlined in the C ontractor's cancellation policy. The Contractor shall 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 advance notice of termination o f all, or any portion, of any delivery order issued under this contract. K) Contractor shall indicate whether they can accept the Government Credit Visa Credit card as a payment option. L) Contractor shall submit invoices to the individual outlined in the contract no more than once a month. M) Contractor may propose alternative room configurations that would offer the greatest advantage to the government. N) The Government may exercise the option for CLIN 0002 for an additional 9 months of lodging from 1 July 2004 through 31 March 2005. The Government's right to exercise the option will expire on 1 June 2004. All responsible sources may submit a proposal which shall be considered. Responses must be submitted both electronically (to thill@arl.army.mil) and hard copy (either by fax or mail). Provisions at FAR 52.212-2, Instructions to Offers-Commercial and FAR 52.212-4, Contract Terms and Conditions-Commercial items apply. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Ce rtifications - with its offer. The clause at FAR 52.212-5 applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, FAR 52.219.8, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 5 2.225-1, FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. DFARS 252.212-7000, 252-212-7001, the following DFARS clauses sited in these clauses are applicable: DFARS 252.205-7000, DFARS 252.225-7007, DFAR S 252-225-7012, DFARS 252.225-7014, DFARS 252.227-7015, DFARS 252.227-7037. Clauses and provisions can be obtained at http://www.arnet.gov. The following factors listed in relative order of importance shall be used to evaluate offers: 1) Offeror's abil ity to meet the requirements outlined in the Statement of Work; 2) Past Performance, 3) Price. Ability to meet requirements and past performance are of equal importance and, when combined, are more important than price. The offeror shall provide a point of contact and telephone number of at least three references (customers that have rented rooms for a period of more than 30 consecutive days) with their offer. The offeror shall also provide information on amenities offered at the offeror's facility that are of no additional charge. The government reserves the right to make an award without di scussions and to award to other than the lowest price. Offers are due no later than September 19, 2003, by 1200 hours, at the US Army Research Laboratory, RMAC-Adelphi, AMSSB-ACC-AC / Tanya M. Hill, 2800 Powder Mill Rd Adelphi, MD 20783-1197. For informa tion regarding this notice, please contact Tanya M. Hill at (301) 394-1945, FAX (301) 394-1162 or email thill@arl.army.mil
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, Adelphi Contracting Division ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00436672-W 20030919/030917213421 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.