Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2005 FBO #1213
SOLICITATION NOTICE

X -- LEASE OF HOTEL ROOMS

Notice Date
3/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-05-Q-0059
 
Response Due
4/15/2005
 
Archive Date
6/14/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 W91248-05-Q-0059 is issued as a Request for Quotation (RFQ). This is a total small business set-aside for lodging services within 20-mile radius of Gate 4, Ft Campbell , KY. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-18. The NAICS Code is 721110 and the small business size standard is $6,000,000. This acquisition will result in a Firm Fixed Price (FFP) Purchase Order utilizing simplified commercial acquisition procedures under full and open competition. This requirement is for contract housing in commercial hotel facilities within a 20-mile radius of Gate 4, Ft Campbell, KY 42223. This requirement is for CLIN 0001 - 65 Double Rooms and CLIN 0002 20 Single Rooms for a period of six (6) months, beginning 01 May 2005 through 31 October 2005. CLIN 1001  65 Double Rooms and CLIN 1002  20 Single Rooms for an option period of 01 November 200 5 through 30 April 2006) pursuant to FAR 52.217-9, Option to Extend Terms and Conditions of the Contract. The hotel rooms must be located at the same location and have a MINIMUM of 296 square foot for a single room and a minimum of 330 square foot per roo m for a double room, with AMENITIES: ground floor access or access by elevator, indoor pool, whirlpool and sauna for therapy, refrigerator and microwave in every room, High Speed Internet access in every room, coffeemaker and coffee in every room, hair dry er, iron, and ironing board in every room, indoor recreation area. ADDITIONALLY, the facility must provide a separate room to accommodate all the personnel for daily group meetings and be within 3 blocks walking distance of restaurants. All rooms shall be cleaned daily unless notice is given to not clean for the day by the personnel, clean towel exchange shall occur no less than three (3) times a week; trash removal/collection service shall occur on a daily basis (unless notice is given by the personnel); rooms shall be vacuumed no less than one (1) day a week; and clean bed linen service shall occur no less than one (1) day a week. The Contractors facility shall comply will all applicable health, fire, and safety codes and regulations. The Government wi ll not be responsible for any miscellaneous charges incurred by the individual occupants. The Contractor must clearly outline to each occupant which miscellaneous services are not covered by this contract such as personal telephone charges, pay-per-view m ovies, room service, and other such services available at additional costs and how occupant will be charged by the Contractor for those services. The Government is under no obligation to provide services for accompanying spouses or visitors. Charges for spouses or visitors shall be between the Contractor and the occupant. The Contractor shall have a Quality Plan in place to ensure that the facilities meet the state and local health, sanitation and fire prevention standards and that the inspections are be ing conducted in accordance with said plan. At the direction of the Contracting Officer, the Contractor shall unlock any room occupied by the Government to allow access by Government Officials. CONTRACTOR SHALL INCLUDE IN THEIR PROPOSAL THEIR TERMINATION /CANCELLATION POLICY. THE GOVERNMENT RESERAVES THE RIGHT TO CANCEL/TERMINATE ANY OR ALL PORTIONS OF THE CONTRACT UPON SUCCESSFUL NOTIFICATION TO THE CONTRACTOR WITHIN TIMES OUTLINED IN THE CONTRACTORS CANCELLATION POLICY. THE CONTRACTOR SHALL WAIVE ANY CHARGES AGAINST THE GOVERNMENT DUE TO THE CANCELLATION/TERMINATION AND RELEASE IT FROM ALL OBLIGATIONS UNDER THE CONTRACT IF THE GOVERNMENT GIVES THE REQUIRED A DVANCE NOTICE OF TERMINATION OF ALL, OR ANY PORTION, OF THIS CONTRACT. THE GOVERNMENT WILL ONLY PAY FOR ROOMS OCCUPIED. THE GOVERNMENT RESERVES THE RIGHT TO SHIFT LODGING DATE AND/OR CANCEL COMPLETELY NLT 5 DAYS PRIOR TO THE START DATE. THE GOVERNMENT RE SERVES THE RIGHT TO CANCEL THE PURCHASE ORDERS IS LODGING FACILITY IS UNSATISFACTORY. No changes to any resulting purchase order are authorized unless issued by a Government Contracting Officer. Award will be based on best value to the Government, which i ncludes room rates, extended stay facilities (listed above). The Government reserves the right to award to other tan lowest price if determined to be in the best interest of the Government. The Government may make multiple awards to the responsive and re sponsible offerors whose offers are most advantageous to the Government considering price and non-price related factors. The solicitation incorporates in full force and effect the Wage Determination 94-2187 REV 23. The provision at 52.212-1 Instructions to Offerors-Commercial Items is applicable and is addended as follows: This provision is further addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information  http://acqnet.saalt.army.mil/library/default .htm); 252 .209-7003 Compliance with Veterans Employment Reporting Requirements. The provision at 52.212-2 Evaluation-Commercial Items is applicable; Award will be based on best value to the Government, which includes room rates, extended stay facilities (listed ab ove). Price and Amenities listed above are the evaluation criteria in Paragraph (a). Availability of rooms is slightly more important than price. The Government intends to make multiple awards to the responsive and responsible offerors whose offers are m ost advantageous to the Government considering price and non-price related factors. Offerors are instructed to submit completed copies of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with offers (and include CCR, DU NS Number, CAGE CODE, and Tax ID Number with their offer.). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, and is addended to incorporate the following clauses: 52.219-6 Notice of Total Small Business Set-Aside; 52.232-17 Interest; 52.252-2 Clauses Incorporated by Reference (Fill-in information  http://acqnet.saalt.army.mil/library/default .htm); 252.201-7000 Contracting Officers Representative; 252.204-7003 Control of Government Personnel Work Produc t; 252.204-7004 Alt A - Required Central Contractor Registration; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.242-7000 Postaward Conference; and 252.243-7001 Pricing of Contract Modifications. The clause at FAR 5 2.204-7 Central Contractor Registration, DFARS 252.232-7003 Electronic Submission of Payment Requests, 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the followin g additional FAR clauses cited within the clause also apply: 52.222-21 Prohibition of 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 W orkers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Ear; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 252.212-7001 Contract Terms and Conditions Required to Implement S tatutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items are applicable. Clause 52.217-8 Option to Extend Services and 52.217-9 Option to Extend the Term of the Contract are hereby incorporated. FAR 52.214-31 Facsimile Bids; FAR 52.222-3 Convict Labor, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance, FAR 52.222-41 Service Contract Ac t of 1965 as Amended, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.252-6 Authorized Deviations in Clauses. The offeror shall also include information on amenities offered at the offerors facility. Offers are due not later than 12:0 0 NOON C.S.T. P.M. 15 April 2005. All responsible sources may submit an offer, which will be considered by the agency. Submit offers to Directorate of Contracting, ATTN: Regina Harris, 2172 13 ? Street, Fort Campbell, KY 42223-5358. Contact Regina Harr is 270-798-7826, regina.harris@campbell.army.mil for information regarding the solicitation.
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13 1/2 & Indiana Streets Fort Campbell KY
Zip Code: 42223-1100
Country: US
 
Record
SN00772603-W 20050323/050321212102 (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.