Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2004 FBO #0844
SOLICITATION NOTICE

99 -- The Virginia Army National Guard is requesting hotel/motel/ lodging facilities in Arlington, Virginia for the period of 1 May through 30 September 2004 plus one option year.

Notice Date
3/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for Virginia, Building 316, Fort Pickett, Blackstone, VA 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ-04-R-2001
 
Response Due
4/20/2004
 
Archive Date
6/19/2004
 
Point of Contact
Anna-Marie Young, 804-298-6206
 
E-Mail Address
Email your questions to USPFO for Virginia
(anna.young@va.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items is a five month plus one option year and 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 to be issued; proposals are being requested and a written solicitation will not be issued. This solicitation is in accordance with FAR Subpart 13.5 test program. The solicitation number is W912LQ-04-R-2001. The solicita tion is issued as a Request for Proposal (RFP). This RFP closes on 20 April 2004 at 3:00 PM EST. The solicitation is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those through FAR FAC 200 1-20. The NAICS code is 721110. The Small Business Size is $6M. U.S. Dept of labor Wage Decision 94-2104 Rev (21) applies to this contract. The Virginia Army National Guard is requesting hotel/motel/ lodging facilities in Arlington, Virginia for the period of 1 May through 30 September 2004. Room requirements (15) are subject to change and may vary as much as twenty (20) percent. The success ful oferror will be notified of changes in room requirements and dates two (2) business days prior to the effective date of change in quantity requirements The Government may cancel any portion of this or all by providing the contractor two (2) business days notice and will not be charged for any unused rooms. 1. The lodging facility shall be within a five (5) mile radius of the National Guard Bureau Headquarters building located at 111 South George Mason Drive, Arlington, Virginia. Contractors shall include the lodging site address (No P.O. Box) and distance from the National Guard Headquarters. 2. The lodging facility shall have washers and dryers, on site for guests. Each room/suite shall have appropriate kitchenette facilities and refrigerator to permit preparation and consumption of meals. The Contractor shall provide a list of standard ite ms for evaluation for each 2 to 4 bedroom units. Each room shall be complete with a sofa, chair, coffee table, end table, 2 lamps, dining table, dining table and 4 chairs, microwave, each bedroom will consist of queen size bed, headboard, dresser with mir ror, and night stand. Provide a weekly room cleaning to include vacuuming and a general overall cleaning at no cost to the Government. Pick-up of dirty linen towels and replace with clean towels and linens. Smoke and fire protection systems must be installed in each room (suite) and meet federal, state and local fire codes. 3. The lodging facility shall provide 24 hour security at the building entrance. 4. The lodging facility shall provide free local telephone service. Long distance charges are the responsibility of and shall be paid for by each guest and billed directly to each guest. The Federal Government will not be responsible for telephone charg es. 5. The lodging facility shall permit the replacement of individuals occupying rooms at any time. 6. All guests shall check in upon initial arrival and shall check out upon final departure. The lodging facility shall inspect each room every time a guest has vacated the room for final departure and provide within two (2) business days report in writin g any damage to the Virginia Army National Guard Contracting Officer. 7. The lodging facility and the Contracting Officer shall designate a point of contact (POC) to exchange information. As an example, the lodging facility POC shall inform the Contracting Officer in writing each Monday, of the number of rooms actually occ upied the previous week. 8. The lodging facility shall invoice VAPFO-RM-FV, Building 316, Fort Pickett, Blackstone, Virginia 23824 Fort Pickett, Blackstone, Virginia. Payment will be based upon occupancy only. The Contractor agrees to accept payments due under this contract utilizing the Government Commercial Credit Card Signature_______________________________________________ Date___________________________________________ The invoice shall be calculated as follows: For each individual month, the total number of rooms occupied shall be multiplied by the total number of days occupied. The result shall be identified and multiplied by the daily lodging rate to obtain the billable amount for that individual month. **This formula shall be used in preparing the offer for each CLIN. The offer should be based on the anticipated room quantities and time periods described in CLIN 1- 5.** Offerors shall include in their proposals a short statement regarding their ability to co mply with items one (1) through eight (8) above. Offerors shall provide a separate price to include one option year based on the above formula for the following five (5) CLINS: CLIN 0001: Total number of rooms for the period of 1 - 31 May, 14, 4 -bed units and 1, 2-bed unit. State total room days and offer price. CLIN 0002: Total number of rooms for the period of 1 ?????? 30 June, 14 4 -bed units and 1, 2-bed units. State total room days and offer price. CLIN 0003: Total number of rooms for the period of 1 - 31 July, 14, 4 -bed units and 1, 2 -bed unit. State total room days and offer price. CLIN 0004: Total number of rooms for the period of 1 - 31 August, 14, 4-bed units and 1, 2-bed unit. State total room days and offer price. CLIN 0005: Total number of rooms for the period of 1 - 30 September, 14, 4-bed units and 1, 2-bed unit. State total room days and offer price. Offerors must provide three Government references required as an evaluation factor. Site visit required before final evaluation factors are performed. Prices will be evaluated in terms of cost for accommodations and service. Only proposals from Hotels t hat are compliant with the requirements of the Hotel and Motel Fire safety Act of 1990 (Public Law 101-391) (15 W.S.C. 2201 et. Seq). In addition, the offerors facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 1201 et. Seq.). Only Hotels that can meet the requirements and provide items listed above may respond to this solicitation by submitting completed cost and technical proposals on their letterhead. POC for this combined/synopsis s olicitation is SSG AnnaMarie Young at Comm: 434-298-6206, Fax: 434-298-6364, or e-mail annamarie.young@us.army.mil and/or anna.young@va.ngb.army.mil or CW2 Richard Thibeault at 434-298-6210. **Please note when e-mailing the above address reference the Solicitation number in the subject line and do not attach any zip or executable files.** THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE IN LIEU OF FULL TEXT AND WILL BE PROVIDED BY THE CONTRACTING OFFICER UPON REQUEST. Clauses incorporated by reference: 52.212-1 Instructions to Offerors Commercial Items 52.212-3 Offeror Representations and Certifications ?????? Commercial Items (Note: Offerors must include a completed copy of Offeror Representations and Certifications along with his/her offer) 52.212-4 Contract Terms and Conditions 52-219-6 Notice of Small Business Set Aside 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.212-7000 Offeror Representations and Certifications--Commercial Items (Note: Offerors must include a completed copy of Offeror Representations and Certifications along with his/her offer) The provision at 52.212-2, Evaluation??????Commercial Items, applies to this acquisition. For the purposes of completing paragraph (a) of provision 52.212-2, the specific evaluations criteria are to be used are (i) price, (ii) location, (iii) amenities/qu ality, (iv) past performance. Each criteria and overall offer will be rated, excellent, satisfactory, fair, and poor. Price, location, amenities/quality in order of their importance. Price will be evaluated against other prices offered. Location will be rated higher for short distance, safety and ease of access to duty station. Amenities will be rated higher if there are a few services or items that are customarily in addition to the minim um requirements contained within the description. Location, amenities/quality, and past performance when combined are significantly less important than price. 52.217-9 -- Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within ___30 days__ provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 90 days before the contract e xpires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 1(years). 252.212-7001-Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items ?????? the Contractor agrees to comply with the following Federal Acquisition Clauses, 52.203-3 Gratuiti es (APR 1984) (10 U.S.C.) 2207), 252.232-7003 Electronic Submission of Payment Requests (DEC 2003) (10 U.S.C. 2227), 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a), 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631), 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). FAR 52.212-5 CONTRACT TERMS AND CONDITI0NS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Jan 2004) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the cl ause 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 the 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 termina tion 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 form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordina ry course of business or pursuant to a provision of law. (b) The Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercia l components- (i) 52.219-8, Utilization of Small Business Concerns (Oct 2000)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts t hat 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 th at 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, (c) 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. (End of Clause) 52.252-2 -- Clauses Incorporated by Reference. As prescribed in 52.107(b), insert the following clause: Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed elect ronically at this/these address(es): www.arnet.gov/far 52.252-6 -- Authorized Deviations in Clauses. As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting o fficer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert (Deviation) after the date of the c lause. Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any _DFAR____. (48 CFR ___2__) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of Clause)
 
Place of Performance
Address: USPFO for Virginia Building 316, Fort Pickett, Blackstone VA
Zip Code: 23824-6316
Country: US
 
Record
SN00548086-W 20040319/040317223233 (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.