Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2005 FBO #1222
SOLICITATION NOTICE

V -- Provide Lodging and Meals at Mountain View Ca

Notice Date
3/30/2005
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-05-T-0027
 
Response Due
4/6/2005
 
Archive Date
4/21/2005
 
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for lodging and meals at Mountain View, California. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 13 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference Request For Quotation Number H92239-05-T-0027. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-02. It is the Contractor?s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 721110. Size Standard is $6M. This requirement is unrestricted, full and open competition. 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 lodging and meals in a commercial hotel/motel facility within a six (6) mile radius of the 445th Civil Affairs Battalion Reserve Center, 1776 Old Middlefield Way, Mountain View, Ca 94043. This requirement is for CLIN 0001 ? 8 Single Occupancy Rooms, 18-20 April 2005, CLIN 0002 ? 71 Double Occupancy Rooms, 18-20 April 2005, CLIN 0003 ?150 Meals per day, DINNER ONLY, 18-20 April 2005, Dinner served at 6:00 PM, CLIN 0004 ? 24 Double Occupancy Rooms, 18-20 April 2005, and 7 Single Occupancy Rooms, 18-20 April 2005. The contractor?s facility shall comply will all applicable health, fire, and safety codes and regulations. The Government shall not be responsible for any miscellaneous charges incurred by the individual occupants. The Contractor shall clearly outline to each occupant the miscellaneous services that are not covered by this contract such as personal telephone charges, pay-per-view movies, room service, and other such services available at additional costs. The Government is under no obligation to provide services for accompanying spouses or visitors. 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 the inspections are being conducted in accordance with said plan. Contractor shall include in their proposal the Termination/Cancellation Policy. No changes to any resulting purchase order are authorized unless issued by a Contracting Officer. The contractor shall provide evening meals only, buffet is preferred, for 150 personnel, served at 6:00 PM on 18, 19 and 20 April 2005. The buffet shall include, at a minimum, servings from all of the food groups, beverages and condiments. The contractor shall provide sample menus for at least two days with their proposal. It is preferred the dining and lodging is located in the same facility or within walking distance. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at farsite.hill.af.mil. 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: "Quotes shall be evaluated using the following evaluation factors: Technical Acceptability, Price, and Past Performance. Vendors are requested to submit past performance information to include the name, phone number, contract number and period of performance on their last two contracts for similar services. Offerors who do not submit past performance information or sample menus will be eliminated from competition. A best value award will be made to the responsible offeror submitting an offer found to be most advantageous to the government. The Basis of Award and evaluation factors are, in descending order of importance: (1) Technical Acceptability, (2) Price and (3) Past Performance. Technical Acceptability is defined, in order of priority as: (1) contractors ability to meet, or exceed, the required schedule, and (2)sample menus. The Government reserves the right to issue multiple awards. Provide FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid if they have not completed the annual representations and certificates electronically at http://orca.bpn.gov. The following FAR Clauses are applicable to this acquisition: 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 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 clauses being applicable to the solicitation: 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.232-33, 52.222-41, and 52.222-42 Food Service Worker, Series 07100, WG2/2 $8.91 and Cook, Series 07041, WG6/2 $14.23; FAR 52.204-7, Central Contractor Registration. Additionally, DFARS 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable; and 252.225-7001, Buy American Act & Balance of Payments Program. Wage Determination 1996-0273 Revision 12 dated 05/27/04 applies to this solicitation and any subsequent award. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Ella Porter), Fort Bragg, North Carolina, 28310, not later than 2:00 PM ET, 6 April 2005. Quotes shall be provided by electronic submissions, to include fax and email, or hand carried to HQ, US Army Special Operations Command, ATTN: AOCO(Contracting), Bldg E-2929, Desert Storm Drive, Fort Bragg, NC 28310. All mail delivered to this building is scanned and may cause a delay in delivery. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include CLIN 0001, Lodging, 24 Single Rooms (8 rooms x 3 days), CLIN 0002, Lodging, 213 Double Rooms (71 rooms x 3 days), CLIN 0003, Meals, 450 each (150 each x 3 days), CLIN 0004 Lodging, Double Rooms (24 each x 3 days), and CLIN 0005 Lodging, 21 Single Rooms (7 rooms x 3 days), (2) Past Performance Information, (3) Sample Menus (at least 2 days) (4) completed Representations and Certifications if the offeror has not entered the information electronically at http://orca.bpn.gov , and (5) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps, the same as the combined synopsis/solicitation. All questions shall be submitted in writing to Ms. Ella Porter, Contract Specialist, at portere@soc.mil.
 
Place of Performance
Address: Mountain View California
Zip Code: 94043
Country: US
 
Record
SN00778960-W 20050401/050330212601 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.