Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2005 FBO #1230
SOLICITATION NOTICE

V -- Overnight lodging package; includes lodging accommodations, meals and transportation, Dallas-Fort Worth International Airport and Atlanta International Airport areas for troops awaiting transportation back to Kuwait or Iraq.

Notice Date
4/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H05-R-0036
 
Response Due
4/14/2005
 
Archive Date
6/13/2005
 
Small Business Set-Aside
N/A
 
Description
This Pre-Solicitation Notice changes the initial announcement for Sources Sought Notice issued 7 April 2005 to Pre-Solicitation Notice Amendment No. 01 for the same services. The Solicitation Number W74V8H-05-R-0036 may be viewed and downloaded at th e Defense Contracting Command-Washington Website http://dccw.hqda.pentagon.mil/services/Services.htm. Any amendments to this Announcement will be posted on the Website. Defense Contracting Command-Washington (DCC-W) in support of the United States Army Com munity and Family Support Center has a need for an Overnight Lodging Services Package; (including wait-staff gratuities) that includes overnight lodging accommodations, meals and transportation for soldiers returning from Rest and Recuperation (R&R) to the Dallas-Fort Worth International Airport (DFW) and to the Atlanta International Airport awaiting transportation back to Iraq. The Government??"s intent is to award, at a minimum, two each Indefinite Delivery / Indefinite Quantity (IDIQ) contracts to hotels in the vicinity of the Dallas-Fort Worth (DFW) International Airport and at a minimum, two each Indefinite Delivery / Indefinite Quantity (IDIQ) contracts to hotels in the vicinity of the Atlanta International Airport. Lodging facility must be located wit hin 20 minutes drive time from airport during peak traffic period. The solicitation number is W74V8H-05-R-0036 and is issued as a request for quotation (RFQ). The NAICS Code for this requirement is 721110 and the small business size standard is $6M. The pr ovisions at 52.212-1, Instructions to Offerors-Commercial applies to the acquisition. Offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. Quotations will be evaluat ed in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2 Evaluation of quotations or offers. The Government anticipates awarding the contracts resulting from the solicitation to the responsible vendors whose quotations, conforming to the solicitation, offer the BEST VALUE to the Government. The clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Co mmercial Items applies to this acquisition. The following clauses listed are included by reference or full text: 52.217-5; 52.217-8; 52.217-9; 52.232-33; 52.232-34; 52.232-35; 52.232-36; 52.212-5; 52.222-48; 52.225-14; 52.239-1; 52.252-2; 52.252-6; 252.204 -7004 Alt A; 252.212-7001 (Dev); 252.232-7003; 252.243-7001. Quotations submitted must submit a technical proposal to demonstrate how contract requirements will be accomplished. Quotations must be submitted by the Offeror on Company Letterhead, signed by a n Official authorized to negotiate with the Government and sent to the address in the announcement. The point of contact for technical questions about the statement of work should be addressed to Ms. Kristen Blauvelt, United States Army Community and Famil y Support Center (USACFSC), at 703-681-5201. Full text of all referenced clauses is available for download at www.arnet.gov/far. Any amendments to this Announcement will be posted on the above website and may be downloaded as needed. An evaluation team wil l review each technical proposal following the included evaluation criteria which is included in the Solicitation # W74V8H-05-R-0036. Delivery of Proposals: Offerors shall only submit proposals via electronic delivery through internet email (not larger tha n 1mb) to Defense Contracting Command ?? Washington, Attn: Mr. Bruce R. Bethers at Bruce.Bethers@hqda.army.mil, phone: 703-692-9211 not later than Thursday, 1:00 p.m., Eastern Time April 14, 2005. Proposal Submission: Offerors must propose on the entire S OW. Technical proposals submitted in response to this RFP should contain comprehensive responses to the requirements to enable the Government to determine the s uitability of the offeror to meet the requirement. General statements that the offeror understands the requirement or simply restating the requirement as described in the RFP will not be accepted. Points of Contact for this RFP are Gregory Davidowich, greg ory.davidowich@hqda.army.mil, phone: 703-692-9475 and Eliane Anderson, eliane.anderson@hqda.army.mil, phone: 703-692-9398.
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00784407-W 20050409/050407212502 (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.