Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOLICITATION NOTICE

V -- Contract Housing in commercial motel facilities.

Notice Date
8/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
179th AW/LGC, 1947 Harrington Memorial Road, Mansfield, OH 44837-0179
 
ZIP Code
44837-0179
 
Solicitation Number
W91364-05-T-0011
 
Response Due
9/9/2005
 
Archive Date
11/8/2005
 
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. This solicitation W91364-05-T-0011 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This solicitation is set-aside 100% for small business. The NAICS code that applies is 721110 and business size is $6,000,000. This action will result in a FFP purchase order utilizing simplified commercial acquisition proc edures under Full and Open competition. This requirement is for contract housing, commercial motel facilities, within a 10 mile radius of the 179th AW, 1947 Harrington Memorial Road, Mansfield, Ohio 44903-0179 for individuals authorized by the 179th AW. All rooms to be furnished will be double rooms, with 2 beds per room. No more than 2 persons will be assigned to any room. This quotation is for room costs only and does not cover any additional services as may be requested by an individual. Those addit ional costs, if any, are to be charged directly to the individual requesting the service and will not be shown on the invoice to the Government. Room requirements are 80 rooms on the following dates: 15 Oct 05; 05 Nov 05; 10 Dec 05; 21 Jan 06; 11 Feb 06; 18 Mar 06; 01 Apr 06; 20 May 06; 10 Jun 06; 08 Jul 06; 12 Aug 06; and 09 Sep 06. In addition, 10 rooms will be required on the following dates: 22 Oct 05; 19 Nov 05; 17 Dec 05; 07 Jan 06; 25 Feb 06; 04 Mar 06; 22 Apr 06; 13 May 06; 03 Jun 06; 29 Jul 06; 19 Aug 06; and 16 Sep 06. The Government intends to award all or none of the requested services to a single vendor. The contract period is 01 Oct 05 through 30 Sep 06. Contractors facilities must meet minimum standards for federal, state, and welfare occupants. According to ANGR Regulation 92-1, base officials must personally visit establishments being considered for contract and every 6 months thereafter for those selected. The following provisions are included in this acquisition: FAR 52.212-1, In struction to OfferorsCommercial (Jan 2004), FAR 52.212-2 Evaluation  Comm Items (Jan 1999). The Government will make an award to the responsible offeror whose offer conforming to the solicitation is the most advantageous to the Government. The followin g shall be used to evaluate offers: price or cost to the Government, availability of rooms, quality of services, and past performance of vendor. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Jan 2004). A completed signed cop y of provision FAR 52.212-3 shall be submitted with any quotation. The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions  Commercial Items (Oct 2003); FAR 52.212-5, Contract Terms and Conditions Required to Implem ent Statutes or Executive Orders - Commercial Items (Jun 2004). The following additional FAR clauses cited within clause 52.212-5 also apply: 52.203-6, Restriction on Subcontractor Sales to the Government, with Alt 1; 52.219-6, Notice of Total Small Busi ness Set-Aside; 52.222-3, Convict Labor, 52.222-19, Child LaborCooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans o f the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13, Restrictions on Ce rtain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965, as amended an d 52.222-42, Statement of Equivalent Rates for Fedeal Hires. FAR Clause 52.232-18, Availability of Funds (Apr 1984); 52.247-34 F.O. B. Destination and 52.252-2 Clauses Incorporated by Reference (Feb 1988) apply to this acquisition. The following DFAR clauses also apply: DFARS 252.204-7004 Alt A, Required Central Contractor Registration Alternate A (Nov 2003); 252.212-7001 (Dev), C ontract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) (Jun 2004); 252.243-7001, Pricing of Contract Modifications. Wage Determination 94-2415 (rev 28) for Area: OH , Cleveland applies to this acquisition. For information regarding this solicitation please contact SMSgt Laura Swank @ 419-520-6113. All offers are due by 12:00pm (EDST, 09 Sep 05) by facsimile 419-520-6391, by e-mail laura.swank@ohmans.ang.af.mil, by m ail or hand carried to 179 AW, Contracting Office, Attn: SMSgt Laura Swank, 1947 Harrington Memorial Road, Mansfield, Ohio 44903-0179.
 
Place of Performance
Address: 179th AW/LGC 1947 Harrington Memorial Road, Mansfield OH
Zip Code: 44903-0179
Country: US
 
Record
SN00880707-W 20050828/050826212713 (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.