Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2005 FBO #1271
MODIFICATION

X -- Lodging for Peace Corps Volunteers in DC metro area

Notice Date
5/18/2005
 
Notice Type
Modification
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Peace Corps, Office Of Acquisitions And Contract Management, OACM, 1111 20th Street, N.W., Room 4413, Washington, DC, 20526
 
ZIP Code
20526
 
Solicitation Number
PC-05-R-009
 
Response Due
5/26/2005
 
Archive Date
6/10/2005
 
Description
Amendment 1 adds one additional mandatory requirement and provides answers to questions received by offerors Additional Mandatory Requirement: Provide number of square feet for all proposed rooms. Question 1 How many times a day will transportation services be needed? Response 1 Transportation from lodging facility to Peace Corps HQ twice per day (am and pm) and regular (please quantify) service from lodging facility to local Metro station. Transportation to local grocery story three to five times weekly is preferred. Transportation from lodging facility to Airport(s) is no longer a mandatory requirement of this solicitation. It is now a preferred requirement. Offerors should specify if they are able to provide transportation to Reagan National Airport once per day, if necessary. Offerors are directed to quantify transportation schedules in their responses. Question 2 What kind of transportation is needed? Is this restricted to bus service, or can there be other options available? Response 2 Other options may be proposed, such as a smaller vehicle than shuttle bus. Any proposal that meets or exceeds the requirements will be considered as long as it represents best value to the government. Question 3 If the lodging is near a metro station, will transportation services (i.e. Bus service) be needed to the Peace Corps offices? Response 3 Transportation services as outlined in the rfp are a mandatory requirement. Some peace corps volunteers may have a physical condition that makes metro impractical. Question 4 What are the airport transportation needs; for individuals or for groups? Response 4 Airport transportation is no longer a mandatory requirement. It is now an optional requirement. Airport transportation would be for individuals. Question 5 I see the Naics code is Hotels. Are you only looking for hotels? We are a 3rd party housing provider. We don't own any buildings we actually sublease in existing apartments and offer to the customer a FULLY FURNISHED apartment. Response 5 Any type of lodging facility, including furnished apartments, that meets or exceeds the requirements will be considered as long as it represents best value to the government. Question 6 How often do you need maid service? How often will the people change in the rooms/apartments? DO the people stay for 30 days at a time? What is the turnover? Response 6 Maid service is required at least 2 times per week, and required before every new Volunteer check in. Volunteers stay will vary due to medical conditions from a few days to a maximum of 45 days. The average is 30 days per volunteer. Question 7 In years past where has the Peace Corp Medevac been housed? What was the daily rate that you paid? Any history would be great to know? Response 7 Virginian Suites is the incumbent. Any further information will only be released through a freedom of information act request. Question 8 You mentioned 13 rooms to start on 10/1-Do they all have to be in the Same building or can the rooms be split between 2 locations? Response 8 The solicitation specifies not thirteen (13), but TWELVE (12) rooms by number, for the exclusive use of Peace Corps. Rooms are to be in the same lodging facility. Question 9 Are these 1 year leases that you are looking to sign? Do you still pay For 13 rooms even if you are using only 10? Response 9 The solicitation specifies TWELVE (12) rooms, by number for the exclusive use of Peace Corps for a one year base contract with four option years. The Peace Corps pays for all contracted rooms regardless of their occupancy. Question 10 It states that if you need additional rooms you only need to provide a 24 hour notice. Does it have to be the same property? Do we have to honor The contract rate? Response 10 When the Peace Corps needs extra rooms and the facility has extra rooms available, the facility will provide rooms at the contracted rate. Question 11 Has the Peace Corps had this program before and was the location in the past, a hotel or apartment community? Response 11 This program is over 5 years old. The Incumbent was Virginian Suites, a limited service all suite hotel, in Rosslyn VA.. NOTE Any questions to Contracting Officer must be in writing. Original Combined Synopsis/Solicitation: This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 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 solicitation number is PC-05-R-009. The NAICS code is 721110. This solicitation is being issued as an RFP. STATEMENT OF WORK ? MEDEVAC LODGING FACILITIES The Peace Corps is soliciting proposals from offerors to provide cost efficient living accommodations for Peace Corps Volunteers who return to Washington DC for medical diagnosis and treatment. Peace Corps Volunteers are not Federal Employees and do not receive a federal travel per diem. The government estimate for these services is significantly below the federal employee Washington DC per diem rate. A monthly consolidated invoice of all rooms and charges will be paid directly by The Peace Corps. The Peace Corps intends to award a firm fixed price contract with a base period of twelve months, with (4) four one year options: Base Period: 10/1/2005 ? 9/30/2006; Option Period 1:10/1/2006 ? 9/30/2007; Option Period 2: 10/1/2007 ? 9/30/2008; Option Period 3: 10/1/2008 ? 9/30/2009; Option Period 4:10/1/2009 ? 9/30/2010. The following must be provided: 1. Facilities must be within a three and one half (3.5) mile drive of the Peace Corps Headquarters located at 1111 20th Street, N.W, Washington DC 20526 and within the security approved locations detailed below. 2. Security of Hotel location/neighborhood. 3. Security of Hotel rooms and common areas, including documentation certifying compliance with the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391). 4. Twelve (12) suites accommodating up to three (3) guests with a minimum of: a. Individual kitchen facilities in each suite; b. Individual bathroom facilities in each suite; and c. Two beds and a convertible couch, or three (3) beds. 3. The proposal and contract will specify twelve (12) rooms by number, for the exclusive use of Peace Corps. Peace Corps will make individual room assignments based on the gender mix, medical conditions and other factors of the Volunteer group and advise the lodging facility by fax,telephone or email of any needed changes in room assignments. 4. From time to time extra rooms are required. When the Peace Corps needs extra rooms, and the lodging facility has rooms available, the facility will provide the rooms at an equal price as those rooms specified in the contracts. 5. A written procedure that describes how the lodging facility will make extra rooms available to Peace Corps when they are needed. 6. Transportation (courtesy bus service) between the lodging facility and: National Airport, the Metro and Peace Corps offices at 1111 20th Street NW, Washington DC. 7. Provision for linen and housekeeping services. 8. Ability to secure room on a 24-hour basis without prior notice, but subject to usual registration requirements. 9 Telephone and entry accommodations (registration) on a 24 hour basis. Peace Corps relies heavily on telephone, fax and email communications to alert the lodging facility to arrivals and departures. 10. Message services. Peace Corps leaves messages by telephone or fax with the lodging facility for delivery to Volunteers guests about appointment schedules and other matters. 11. Phone card accessibility. Volunteers are required to purchase phone cards to use in making long distance calls. Access to phones that accept these cards are required. 12. Accommodations and common areas such as hallways, elevator and lobby shall be maintained and clean and orderly with adequate lighting and ventilation. 13. The building and at least two rooms within the contracted rooms, accessible to wheelchairs. 14. Monthly usage reports to include Peace Corps Volunteer Occupancy. 15. Ice machine in room or common areas of hotel. In addition to the aforementioned mandatory requirements, the following services are preferred: 1. Access to grocery store; 2. Floor plans of the rooms assigned to Peace Corps that allow for maximum privacy; 3 Access to exercise facilities. The following criteria will be utilized to evaluate offers: 1. Demonstrated ability to meet mandatory and preferred requirements; 2. Prior relevant experience (include at least 3 companies which can be contacted for past performances. This should include the company name, contact person, phone number and brief description of the effort); 3 Price. When evaluating proposals, price and technical factors are considered approximately equal in weight and importance. A Government pre-award inspection team will be utilized to inspect the requirement set forth above. Offers are due on May 26 @12 noon local time. No electronic offers will be reviewed. Offerors shall submit two separate proposals: one technical and one cost. The offeror shall submit four (4) copies of the technical proposal and two (2) copies of the price proposal. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-27. 52.212-1 Instructions to Offerors-Commercial Items applies to this acquisition. 52.212.-2 Evaluation ? Commercial Items, para (a) is filled in as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offerors must include a completed copy of 52.212-3 Offeror Representations and Certifications-Commercial Items with their offer. 52.212-4 Contract Terms and Conditions-Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items apply to this acquisition. Security Approved Locations: Washington DC - West of 16 St. NW from the White House to the intersection of U St. U St to 18th St and 18th St North to Rock Creek Park. and all areas west of Rock Creek park North of the intersection with 18th St. Virginia - Arlington as defined by the area north of Ft. Myers to 10th St. N, from that point north of US Rt 50 to Glebe Rd. From the intersection of US Rt. 50 and Glebe Rd. east of Glebe Rd to Interstate 66, and areas north of Interstate 66. (generally north of interstate 66 except in Rosslyn and along the Orange Line metro) and Arlington as defined by the area from Ronald Regan Airport to the Jefferson Davis highway. From Jefferson Davis Highway to 24th St. S. Along 24th St. S to Arlington Ridge Rd. Arlington Ridge Rd. to Interstate 395 and interstate 395 to the George Washington parkway. (Generally the area around Crystal City and Pentagon City).
 
Place of Performance
Address: 1111 20th ST, NW, Washington, DC
Zip Code: 20526
Country: USA
 
Record
SN00810598-W 20050520/050518212434 (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.