Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

99 -- LODGING, HOTEL/MOTEL

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
M67861 New Orleans, LA
 
ZIP Code
00000
 
Solicitation Number
M6786104R0013
 
Response Due
3/10/2004
 
Archive Date
4/9/2004
 
Point of Contact
CAROLINE REGISTER 504-678-4382
 
E-Mail Address
Email your questions to CONTACT
(registercr@mfr.usmc.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 M67836-04-R-0013 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19. Marine Forces Reserve intends to procure on an unrestricted basis, lodging facilities for Reservists. The North American Industry Classification System (NAICS) code is 721110 and the business size standard is $6.0 million. Marine Forces Reserve plans to award an indefinite quantity/indefinite delivery contract with a firm fixed price room rate for b erthing/lodging for authorized personnel. The period of performance will be 01 April. 2004 through 30 September. 2004, plus 4 option years. Place of performance is, New Orleans, LA. All responsible sources may submit a bid, proposal, or quotation, which shall be considered by the agency. The reserve drill weekends are currently scheduled for: Apr 2-4, May 14-16, Jun 4-6, Jul 9-11, Aug 6-8, Sept 10-12. Drill dates are subject to change due to operational requirements. Marine Forces Reserve personnel will coordinate with the contractor for the exact number of rooms each month prior to need. Marine Forces Reserve personnel will advise the contractor of any changes to the above dates as soon as changes are known. Reservists will check out by 11:00am the last day of the Reserve Drill Weekend. 0001 LODGING, Period of Performance, 01APR04 ? 30SEP04, 0001AA Double Room, 2 Beds, Doubl e Occupancy Room each ___________. 0001AB Double Room, 2 Beds, Single Occupancy Room each ___________. 0001AC Single Room, Single Bed, Single occupancy room each __________. 0001AD Single Room, Single Bed, Double Occupancy room each___________. 0002 LODGING (Option Year 1), Period of Performance, 01 OCT 04 ? 30 SEP 05. 0002AA Double Room, 2 Beds, Double Occupancy Room each ___________. 0002AB Double Room, 2 Beds, Single Occupancy Room each ___________. 0002AC Single Room, Single Bed, Single occupancy room each __________. 0002AD Single Room, Single Bed, Double Occupancy room each___________. 0003 LODGING, (Option Year 2), Period of Performance, 01 OCT 05 ? 30 SEP 06. 0003AA Double Room, 2 Beds, Double Occupancy Room each ___________. 0003AB Double Room, 2 Beds, Single Occupancy Room each ___________. 0003AC Single Room, Single Bed, Single occupancy room each __________. 0003AD Single Room, Single Bed, Double Occupancy room each___________. 0004 LODGING, (Option Year 3), Period of Performance, 01 OCT 06 ? 30 SEP 07. 0004AA Double Room, 2 Beds, Double Occupancy Room each ___________. 0004AB Double Room, 2 Beds, Single Occupancy Room each ___________. 0004AC Single Room, Single Bed, Single occupancy room each __________. 0004AD Single Room, Single Bed, Double Occupancy room each___________. 0005 LODGING, (Option Year 4), Period of Performance, 01 OCT 07 ? 30 SEP 08. 0005AA Double Room, 2 Beds, Double Occupancy Room each ___________. 0005AB Double Room, 2 Beds, Single Occupancy Room each ___________. 0005AC Single Room, Single Bed, Single occupancy room each __________. 0005AD Single Room, Single Bed, Double Occupancy room each___________. An offeror must quote on all rooms in this solicitation, not exc eeding the Federal Travel Regulation lodging per diem rates to be eligible for award. DoD Per Diem Rates Rooms are required to be at one location and are required for a Friday and Saturday 2-night stay one weekend each month. A maximum of 70 rooms will be required during the designated drill weekends. Flexibility is required. The Government requires a guaranteed block of rooms and will confirm the actual number of rooms needed by Wednesday, prior to each drill weekend The Government will guarantee a minimum of 40 rooms to be occupied during the designated drill weekends. A list of designated drill weekends is listed above and will be provided with renewal of options at time of award or shortly thereafter. Lodging sheets will be provided to contractor by Wednesday, prior to each drill weekend, with the option to add reservations during the week if rooms are still available. Each member staying in contracted facility must sign in and out on these sheets. Contractor in turn must forward the completed sheets to Marine Forces Reserve, 4th Marine Division, 4th Force Services Support Group, and 4th Marine Aircraft Wing, Unit Billeting Coordinators. The reservation list will establish double occupancy to the maximum extent possible. Officers will be roomed separately from enlisted Marines, females separate from males, and O-6?s and above in a single room. The contractor in cooperation with the Unit Billeting Coordinator will work together to achieve desired rank and gender separation. Each double room shall have at least two (2) double beds; collapsible or rollaway are not acceptable to fulfill this requirement. Each room shall have an attached full bathroom, adequate heat and air conditioning, closet, study area with desk, chairs, dresser, nightstand, deskt op lamps, telephone, AM/FM clock radio, and 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. 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. Each room shall be equipped with a smoke detector(s) and a water sprinkler fire fighting system. The contractor shall either provide 24 hours maintenance support to fix problems such as inoperable equipment in room, or promptly transfer occupants to another ful ly functional 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. The lodging facility must be located within the New Orleans local commuting area and provide shuttle service to and from New Orleans Airport (MSY) during a normal weekend day. Validated parking shall be made available for each room contracted. The lodging facility shall have an information desk staffed twenty-four (24) hours a day. The lodging facility shall have a full service restaurant located on the premises or within a 5-block radius of the facility, to provide breakfast and dinner, and be able to implement meal vouchers. The meal vouchers will be billed concurrently with the guests visit for the voucher amount. The Co ntracting Officer and/or representative may conduct a pre-award site visit prior to and during the term of the contract period. The number of rooms required each month should remain flexible. Normally the number of rooms is not expected to exceed 40 rooms per night. However, if additional rooms are required they will be coordinated in sufficient time with the contractor. The exact quantity of rooms needed may change from month to month based upon manpower requirements. The maximum number of rooms should not exceed 1680 per fiscal year, based on a two-night stay. Check in time no earlier than 3:00 P.M. and no later than 3:00 A.M. The Unit Billeting Coordinator may cancel reservations without charge up to 6:00 P.M. on the day the room is reserved over the 40 room minimum guarantee. Room occupants are responsible for all charges incurred other than the room rate and meal voucher, i.e. (room service, telephone, movies). Guest who show up without reservation on the lodging sheet, shall be given rooms if available, but guest credit card number will be held and used for payment unless Unit Billeting Coordinator contacts hotel/motel and requests bill to be charged to respective entity. 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. DFAR Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, and DFAR 252.232-7003 Electronic Submission of Payment Requests is hereby incorporated by reference. Additional Contract Terms and Conditions applicable to this procurement is 52.217-5 Evaluation of Options (1990), 52.217-6 Option for Increased Quantity, 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000). 52.212-2 Evaluation - Commercial Items. The government intends to make an award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. The following factors listed in descending order of importants shall be used to evaluate offers: (1) cost, (2) Technical and Management and (3) past performance. Technical and Management subfactors include distance from MARFORRES Headquarters at 4600 Dauphine Street, New Orleans and/ or availability of shuttle services and overall quality of the rooms based on cleanliness and condition of furnishings and room. Technical and past performances, when combined, are approximately equal to cost. Type of contract: An IDIQ fixed-price contract will be awarded using Simplified Acquisition Procedures. 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 foll owing: A price quote, submitted on your company letterhead or your standard company quotation forms, for the requested items showing solicitation number, unit price, prompt payment terms, 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. 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 informa tion 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 or email to Caroline Register mailto:registercr@mfr.usmc.mil, FAX 504-678-5283. Quotations are due 4:00P.M. March 10, 2004 to Marine Forces Reserve, Regional Contracting Office, 4400 Dauphine Street, New Orleans, LA 70146-5400. Facsimile quotations acceptable. FAX 504-678-5283. No oral q uotations will be accepted. All responsible sources may submit a quotation, which shall be considered.
 
Web Link
For full text of contract clauses to be submitted with proposal
(http://www.arnet.gov/far .)
 
Record
SN00536945-W 20040306/040304223627 (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.