Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2005 FBO #1251
SOLICITATION NOTICE

V -- Lodging in the Dugway UT area.

Notice Date
4/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
 
ZIP Code
76544-0770
 
Solicitation Number
W9115U-05-T-0013
 
Response Due
5/9/2005
 
Archive Date
7/8/2005
 
Small Business Set-Aside
N/A
 
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. The SIC is 7011. The NAICS code is 721110. This solicitation serves as the Request for Quotation for single occupancy lodging services in the Dugway Proving Ground Area, Tooele, Utah. Li ne items are as follows: Item 0001: Single occupancy lodging as follows: Fifteen rooms from 19 Aug - 10 Sep and Thirty-four rooms from 16 Sep through 10. Award will be based on the best value to the Government, which includes room rates, room tax rate, e xtended stay facilities such as kitchen, microwave, refrigerators, high-speed internet, coffee pot, TV, on-site laundry facilities, iron/ironing board, linen service, cleaning services and within a 15 mile distance from Dugway Proving Ground. Rates will no t exceed the lodging portion of the local area per Diem rate authorized by the Joint Federal Travel Regulation (JTR) Vol 1. Site visit is optional. The Government reserves the right to shift lodging dates and/or cancel completely. The Government reserves the right to cancel if lodging facility is unsatisfactory. The Government reserves the right to award to other than the lowest price if determined to be in the best interest of the Government. Payment shall be based on occupancy only. Facility must be reg istered with FEMA (Federal Emergency Management Agency) Fire Prevention and Control. Provisions at FAR 52.212-1, Instructions to Offers-Commercial and FAR 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition. Offerors need t o include a complete copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer (registered in CCR, DUNS Number, Cage Code, and Tax ID Number). The clause at 52.212-5, Contract Terms and Conditions required to implement Statues of Executive Orders-Commercial Items, applies to this acquisition. Clauses include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Acti on for Workers with Disabilities; 52.222-37, Employment Reports of Disabled Veterans and Veterans of the Vietnam Era; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. All responsible sources may submit a proposal, which shall be considered. All costs must be included in the offer. Offers are due before 1600, 9 May 2005. POC is Rebecca Adams at (254) 288-9722 or becky.adams@otc.army.mil or fax (254) 288-2260. Mailing address is: ATEC Mission Support Contracting Office, P.O. Box Y, Fort Hood TX 76544. Anticipated award date is 11 May 2005.
 
Place of Performance
Address: US Army ATEC Contracting Activity ATTN: JBSDS Dugway UT
Zip Code: 84074
Country: US
 
Record
SN00797552-W 20050430/050428212154 (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.