Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2004 FBO #1049
SOLICITATION NOTICE

X -- Lodging/Hotel Accommodations

Notice Date
10/8/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060405T0006
 
Response Due
10/12/2004
 
Archive Date
10/20/2004
 
Description
This is a combined synopsis/solicitation for the acquisition of commercial supplies prepared in accordance with the format in FAR Subpart 12.6 and FAR Subpart 13.5 as supplemented with additional information included in this announcement. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. WRITTEN PROPOSALS ARE REQUIRED AND A WRITTEN SOLICITATION will not be issued. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation No. N00604-05-T-0006 is issued as a Request for Quotation (RFQ) incorporating provisions and clauses in effect through Federal Acquisitions Circular 2001-24 and DFARS Change Notice 20040930. This procurement is unrestricted and is therefore open to both small and large business concerns. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. Proposals must include a completed Represent! ations and Certifications (FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items. Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. The applicable NAICS code is 721110 and the small business size standard for this procurement is $6M. A single award (Firm Fixed Price) will be made to the lowest priced, technically acceptable quote. The requirement is to provide hotel facilities and lodging in Guam in accordance with the Statement of Work as follows: STATEMENT OF WORK CARRIER AIR WING FIVE (CVW5) EXERCISE 1. INTRODUCTION: Commander, Carrier Air Wing FIVE will conduct an exercise at Anderson AFB Guam, but due to the volume of personnel, seeks suitable commercial accommodation to support its mission. 2. BACKGROUND: Carrier Air Wing FIVE requires a provider that can meet specific requirements to accommodate 24-hour work schedules of personnel and other unique mission essential requirements required to fully support this effort. 3. SCOPE OF WORK: The contractor shall provide lodging for Carrier Air Wing FIVE guests throughout the contract period to provide maximum availability for personnel. All meals and other incidental charges will be paid by individual attendees. 3.1 Effective Dates: 17 October 2004 ? 26 November 2004 3.2 Lodging/Accommodations: The contractor shall provide lodging to accommodate a varying flow of personnel occupancy throughout the period 17 October through 26 November 2004. Breakdown of room compositions is as follows: Single Double 4-Man 17 October ? 26 November 2004 6 9 2 22 October ? 22 November 2004 11 69 24 01 November ? 13 November 2004 10 24 4 Total 34 102 30 The total number and composition of rooms may be adjusted if changes are necessary due to mission requirements. It is estimated that an increase of no more than 10 double rooms would be requested if additional personnel are required prior to, or during the detachment period. If an increase in the number of rooms is necessary, the contracting officer shall be notified and a modification will be issued to cover the increase. Provider will be notified of appropriate amount of smoking rooms required within the total room requirement prior to 17 October 2004. 3.3 Operations Center: The contractor shall provide a room to be used as an Operations Center by designated Carrier Air Wing Staff personnel. The room shall include access to a telephone, fax machine, copier, etc. for official business. 3.4 The contractor shall be capable of providing Continental breakfast (280 ? 330 people), lunch (50 ? 75 people) and dinner (75 ? 100 people). Breakfast shall be made available from 0500 ? 0900 AM (Mon-Friday), and 0800-1000 AM (Sat-Sunday). Lunch and dinner shall be made available from 1030 ? 1400 and 1800 ? 2000, respectively. These times are optimum to support working schedules of detachment personnel, however slight modification can be agreed upon prior to arrival between provider and Carrier Air Wing FIVE Point of Contact, LT Whittaker. All meals shall be paid by the individual. The government will not be responsible for any meals. 3.5 Miscellaneous 3.5.1 Telephone Service, Honor Bar, Pay Per View: All charges incurred for these services/amenities will be borne by the individual. The government will not pay for these charges. 3.5.2 Housekeeping Service: In accordance with standard hotel housekeeping services. 3.5.4 Check-in : In accordance with hotel policy and procedures. 3.5.5 Flipchart bulletin boards: Flipcharts shall be provided in lobby areas of property/properties for posting of Carrier Air Wing FIVE bus schedules, announcements, etc. 3.5.6 Security Requirements: Carrier Air Wing FIVE does not require additional security personnel outside of current hotel security staff present during lodging period. However, provider should have a good personnel/building security program in place, that reasonably limits access to hotel for guests to ensure force protection of Navy personnel can be sufficiently maintained. 4.0 BILLING/PAYMENT: The contract shall cover only the guest room and tax charges. All incidental and other charges are the responsibility of each guest. Final billing shall be submitted to the Government POC by 29 November 2004. 5.0 GOVERNMENT POINT OF CONTACT (POC): The point of contact for this requirement is LT Whittaker. He can be reached at 011-81-6160-64-4314. Fax: 011-81-6160-64-3252. E-Mail: mark.whittaker@cvw5.navy.mil or cag5ao@yahoo.com. FOB Guam. Performance Period: 17 October 2004 ? 26 November 2004. The provisions at FAR 52.212-1, Instructions to Offerors?Commercial Items, and FAR 52.212-3, Offeror Representations and Certifications apply. FAR 52.212-2, Evaluation of Commercial Items apply. The following factors shall be used to evaluate offers: (1) Technical Acceptability (2) Price. A single award will be made to the low cost, technically acceptable responsible offeror. The Government reserves the right to make a technical acceptability determination without discussion with the offeror. Offeror shall price all CLINs. In the event the unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and award purposes. Offeror shall submit a completed copy of the provision at FAR 52.212-3 and DFARS 252.212-7000 with its offer. The following FAR clauses apply to this requirement: FAR 52.212-4, Contract Terms and Conditions ? Commercial Items and FAR cla! use 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. The following clauses under FAR 52.212-5 apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt 1; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities. (29 U.S.C. 793); FAR 52.222-37 Employment Reports on Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); FAR 232-33 Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332) and FAR 52.232-36 Payment by Third Party. FAR 52.232-18 Availability of Fu! nds, FAR 52.215-5 Facsimile Proposals apply. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items includes the following clauses incorporated by reference: FAR 52.203-3 Gratuities; DFARS 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.243-7002 Request for Equitable Adjustment. DFARS 252.204-7004 Required Central Contractor Registration and DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting apply to this requirement. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.osd.mil/dp/dars/dfars.html. The Government plans to award a single Firm Fixed Price (FFP) contract resulting from this solicitation. All prospective quoters interested in submitting a proposal for this solicitation shall include their name, address, telephone number and point of contact, fax number, e-mail addres! s and commercial and Government Entity (CAGE) code. Proposals shall be emailed to annabelle.miller@navy.mil no later than 15:00 noon, Hawaii Standard Time, 12 October 2004. Facsimile proposals will be accepted at (808) 473-0811.
 
Record
SN00692035-W 20041010/041009085057 (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.