Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2004 FBO #0891
SOLICITATION NOTICE

V -- Lodging at Chesapeake, VA

Notice Date
5/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USPFO for Minnesota, Camp Ripley, 15000 Highway 115, Little Falls, MN 56345-4173
 
ZIP Code
56345-4173
 
Solicitation Number
W912LM-04-T-0044
 
Response Due
5/10/2004
 
Archive Date
7/9/2004
 
Point of Contact
Colleen Dalquist, 320.632.7540
 
E-Mail Address
Email your questions to USPFO for Minnesota
(colleen.dalquist@mn.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
(I) 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; p roposals are being requested and a written solicitation will not be issued. (II) Solicitation W912LM-04-T-0044 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-12. (IV) This acquisition is reserved for small business concerns; however, the Government is accepting quotes from large businesses. In the event of insufficient small business concern participation, award will be made to a participating large business. The associated NAICS codes for this acquisition are 721110/531110, standard industrial classification 7011/6513, small business size $6 million. (V) COMMERCIAL ITEM DESCRIPTION: The Minnesota National Guard is soliciti ng extended stay lodging accommodations within close proximity of Warfighting Center to initially lodge approximately 100 military personnel as defined in the Statement of Work (SOW), at a daily rate. L/I 0001- 1 Double Occupancy x 1 Night $________ (estimated 41 sleeping rooms w/two beds) L/I 0002 - 1 Double Occupancy x 1 Night $________ (estimated 10 sleeping rooms w/two beds) Quantities: the required quantities are tenative at this time. Therefore, minimum-maximum quantities are estimates based on actual history and/or anticipated requirements. The quantities may fluctuate up or down a couple of rooms. The Government only has an obligation to issue one or more orders for the total MINIMUM value during the Basic Contract Period. The Government anticipates awarding an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for this procurement. Delivery Orders will be Firm F ixed Price (FFP). Basic Contract Period will be on or about 31 May 2004 through 22 June 2004 Accommodations must meet the inspection criteria and Army Lodging Standards as stated in SOW. Offerors must quote for the complete period and fixed daily rate fo r the lodging of personnel which will apply when order change or when it is necessary to cancel a portion of a period ordered due to official government orders and/or requirements. Daily rates for lodging shall not exceed the current per diem rate for t his geographic area. These rates can be found at www.dtic.mil/perdiem. Offers received that exceed the listed per diem rates shall be rejected and not considered for award. In addition, the lodging facility must have the capability to house all personne l, shown in the initial estimates above, at one facility. (VII) ORIGIN (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial, FAR 52.212-2, Evaluation of Commercial Items. (IX) The Government anticipates awarding an indefinite-delivery indefinite-quantity contract resulting from this solicitation, to the responsible offeror whose offer conforming to the solicitation will be the best value to the Government. Best value consi derations include price, amenities, condition and location. The Government reserves the right to make multiple awards. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (offerors shall include a completed copy as part of their quote). A copy of the Offerors Representations and Certifications may be obtained from the USPFO Contracting Division. (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the followin g addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION) (Full text available at (http://farsite.hill.af.mil); Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following clauses are incorporated by reference: 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government ; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.213-2, Invoices; 52.216-22, Indefinite Quantity, Insert is as follows after 25 June 2004; 52.216-18, Ordering, (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 31 May 2004 through 30 June 2004 (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of a conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered 'issued' when the Government deposits the order in the mail. Order s may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule; (These methods of distribution of orders is hereby authorized) 52.216-19, Order Limitations; (a) Minimum order: When the Government requires supplie s or services covered by this contract in an amount of less than 1 Day, one unit the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract, (b) Maximum order: The Contractor is n ot obligated to honor (1) Any order for a single item in excess of 25 days for 52 units (d) Notwithstanding paragraphs (b) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (o r orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not honor and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. This is not a requirements contract. The Government may require continuied performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provide d by the Secretary of Labor. 52.219.1 (Alt II), Small Business Program Representation; 52.219-8, Utilization of Small Business Concerns; 52.233-3, Protest After Award (31 U.S.C. 3553); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-37, Employment Reports On Special Disabled Veterans; 52.222-3, Convict Labor; 52.222-41, Service Contract Act of 1965, as Amended; 52.222-42, Statement of Equivalent Rates for Federal hires; 52.233-2, Service of Protest; 52.225-13, Restrictions on Certain For eign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.246-4, Inspection of Services-Fixed Price; 52.252-2, Clauses Incorporated by Reference, 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 electronically at this address: (http://farsite.hill.af .mil); 52.252-6, Authorized Deviations in Clauses; DFARS Clause 252.204-7003, Control of Government Personnel Work Product; 252.212-7000, Offer representations and Certifications-Commercial Items (Posted at website); 252.212-7001 Contract Terms and Condit ions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) (full text available at http://farsite.hill.af.mil); 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. (XIV) N/A (XV) Al l information relating to this solicitation, including bid schedule, special notes, pertinent SOW, changes/amendments, questions and answers, will be available from the USPFO Contracting Division. Formal communications such as request for clarifications a nd/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. Offerors are requested to submit questions to the email address noted below not later than 9:00 A.M. central standard time, 10 May 2004. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contra ctors registered in Central Contractor Registration (http://www.ccr.gov). (XVI) Quotes will be due to the USPFO Contracting Division, 15000 HWY 115, Camp Ripley, Little Falls, MN 56345-4173 by 10 May, 2004, 2 p.m. central standard time. Email quotes wil l be accepted at Lynne.Richmond@mn.ngb.army.mil, FAX quotes will be accepted, (320) 632-7799. (XVII) Point of Contact is Lynne Richmond, (320) 632-7404.
 
Place of Performance
Address: USPFO for Minnesota Camp Ripley, 15000 Highway 115 Little Falls MN
Zip Code: 56345-4173
Country: US
 
Record
SN00578871-W 20040505/040503212120 (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.