Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2006 FBO #1554
SOLICITATION NOTICE

X -- Lodging - Fayetteville, North Carolina

Notice Date
2/25/2006
 
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
H92239-06-T-0019
 
Response Due
3/9/2006
 
Archive Date
3/24/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Special Operations Command, Fort Bragg, North Carolina has a requirement for Lodging in the Fayetteville, North Carolina area from May 23, 2006 to May 26, 2006 (3 nights). Specific requirements are as follows: Hotel shall be three star/diamond or better and shall include, at a mimimum, the following amenities: microwave, mini refrigerator, and coffee pots. The total number of rooms required is 160. The breakdown of the 160 rooms is as follows: 50 King (40 non-smoking & 10 smoking) and 110 Double (90 non-smoking & 20 smoking). Hotel shall provide complimentary parking with a desired location of no more than 5 miles from Ft. Bragg. The Government will provide a by-name rooming list prior to May 22, 2006. Due to the large number of rooms required, multiple awards will be considered with a target of no more than two awards issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 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 H92239-06-T-0019. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-07. 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 100% set aside for small business. SOLICITATION PROVISIONS AND CONTRACT CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses are applicable to the acquisition: 52.252-1 Solicitation Provisions Incorporated By Reference; 52.212-1 Instructions to Offerors - Commercial Items; Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. 52.252-2 Clauses Incorporated By Reference; 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.219-6 Notice Of Total Small Business Set-Aside. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Alt A Central Contractor Registration; 252.212-7001, Contract Terms and conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.204-7000. The following clauses under paragraph (b) of 252.212-7001 are amended to read: 252.225-7001, Buy American Act and Balance of Payment Program, 252.225-7007, Buy American Act-Trade Agreements-Balance of Payment Program, 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program. 252.232-7003 Electronic Submission of Payment Requests. EVALUATION AND AWARD. FAR 52.212-2 Evaluation - Commercial Items; Award will be made to the responsible offeror whose proposal conforms to this solicitation and is the "Best Value" to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) acceptability (2) price and (3) past performance. Acceptability is defined as the offeror?s ability to meet or exceed the Government?s requirements as stated in the solicitation. Acceptability factors include but are not limited to: suitability of the proposed location; close proximity to Ft. Bragg, NC with preference being given to hotels within 5 miles of Ft. Bragg; and fitness of the accommodations proposed. The Government may require a site visit of the proposed location in order to determine overall acceptability. It is the Government?s expectation that an award will be made not later than March 13, 2006. A best value award will be made to the bidder submitting an offer found to be most advantageous to the government. Due to the large number of rooms required, multiple awards will be considered if it is in the best interest of the Government with a target of no more than two awards issued. To be considered for award, the contractor shall be have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Barbara Bowles), Building E-2929 Desert Storm Drive, Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, March 9, 2006. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at bowlesb@soc.mil. It is the offeror?s responsibiltiy to ensure receipt of fax or e-mail quotes. DO NOT SEND DUPLICATE SUBMISSIONS. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule (list) of offered items to include unit and total price, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Offerors not submitting sufficient information for evaluation may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer?s address provided no later than March 3, 2006. Telephonic questions will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Ms. Barbara Bowles, Contracting Officer at (910) 432-8598, e-mail bowlesb@soc.mil
 
Place of Performance
Address: Fayetteville, North Carolina
Zip Code: 28304
 
Record
SN00994974-W 20060227/060225211833 (fbodaily.com)
 
Source
FedBizOpps 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.