Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2005 FBO #1200
SOLICITATION NOTICE

X -- Lease of Lodging Facilities

Notice Date
3/8/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M00681 Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068105T0073
 
Response Due
3/14/2005
 
Archive Date
4/13/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the FAR Part 13 and 12. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote solicitation number is M00681-05-T-0073. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. This is an unrestricted acquisition. The Federal Supply Code is X169. The Regional Contracting Office, Southwest Camp Pendleton CA 92055 has a requirement for lodging facilities in Jacksonville, Florida to support Marine Corps training operations at Blount Island Command for a base year of 12 months and an option period of one (1) month (1 April 2005 through 30 April 2006) as follows - Line Item 0001: Five (5) 2-bedroom units; and Line Item 0002: Seven (7) 3-bedroom units. Lodging requirements may increase or decrease based on trai! ning operations yet to be scheduled. The Government minimum requirements for each unit includes all bedding and linens; vacuum cleaners, brooms and related cleaning equipment; fully equipped kitchens (microwave, stove, refrigerator, cooking/eating utensils); washer/dryer, dining area (with table and chairs); living area (to include television, couch, chair, etc.); bathroom to include towels; air conditioning/heating unit; high speed internet connection; and five (5) parking garages assigned to the two-bedroom units. All equipment must be in good working condition. Monthly price to include all requirements described above and the following: local telephone calls; utilities; trash; basic cable television service; high speed internet connection and costs associated with cleaning after vacancy. Lodging facilities must be within 30 miles of Blount Island Command. Damages: In the event of any damage to the rooms or surrounding property, the Contractor shall make every a! ttempt to obtain direct recourse from the individual responsible for such damages. If unable to resolve the issue directly, or if the identify of the individual responsible for the damages is unknown, the Contractor shall submit a Request for Equitable Adjustment, in accordance with the Disputes Act (FAR 52.233-2) and provide as much information as possible to ascertain the identity of the individual(s) suspected of the damages. Conduct and Discipline: Government personnel will be responsible at all times for their own conduct and for maintaining discipline. All incidents will be investigated and appropriate administrative or disciplinary action under the Uniform Code of Military Justice will be taken. Investigations will include recommendations concerning Federal Tort Claims Act liability. Evaluation ? The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to! the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1) commuting distance to Blount Island Command; 2) technical ability to meet the minimum needs of the Government; 3) past performance; and 4) price. The following Federal Acquisition Regulation provisions and clauses are applicable to this solicitation: 52.212-1 Instruction to Offerors-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items; 52-212-4 Contract Terms and Conditions- Commercial Items; 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders- Commercial Items, with the following additional FAR clauses being cited as applicable to this acquisition; 52.222-21 Prohibition on Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Emplo! yment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: 252.204-7004 Required Central Contractor Registration; 252.229-7000; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and DFARS 252-212-7000 Offeror Representations and Certifications ? Commercial Items. Copies of the Representations and Certifications, as well as any of the previously mentioned provisions and clauses may be found at the following web site: http://farsite.hill.af.mil/ . Quotes are due by 1600 (Pacific Daylight Time) on 14 March 2005. Contact the Contracting Officer, Patty Langdon at 760.725.8131 or patricia.langdon@usmc.mil, for any additional inquiries. Quotes may be submitted by facsimile t! ransmission. Facsimile quotes are subject to the same rules as paper quotes. The telephone number of receiving facsimile equipment is 760-725-8445. The Government reserves the right to make award solely on the facsimile quote. The complete original quote shall be submitted if requested by the Contracting Officer. Quoters bear the burden of ensuring that quotes (and any authorized modifications) reach the designated office on time and should allow a reasonable time for facsimile transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. Pages of a facsimile transmission that arrive in the office after the specified deadline will not be considered. The quoter bears the risk of non-receipt of facsimile transmissions and should confirm by telephone that any facsimile was received. Any facsimile transmission must clearly state the solicitation number and the name of the Contracting Officer on the first pa! ge to ensure proper receipt.
 
Web Link
Click here to download the solicitation from NECO
(http://www.neco.navy.mil)
 
Record
SN00764950-W 20050310/050308212754 (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.