Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2006 FBO #1635
SPECIAL NOTICE

V -- Single Occupancy Sleeping Rooms

Notice Date
5/17/2006
 
Notice Type
Special Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-P-06-0170
 
Response Due
6/1/2006
 
Archive Date
6/16/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS) and International Services (IS), 4700 River Road, Riverdale, MD, have a requirement to purchase thirty-five (35) single occupancy sleeping rooms, for the International Foreign Animal Disease Course to be held in Plum Island, NY. August 07, 2006 through August 19, 2006 (total of 13 nights). (i) 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: quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number is AG-6395-P-06-0170 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http://www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html.(iv) This solicitation is a small business set-aside. The associated North American Industry Classification System (NAICS) code is 721110; business size standard in millions of dollars is $6.0. (v) (vi) The following event specifications for hotels considered must meet the following criteria: HOTEL LOCATION AND ACCOMMODATIONS: 1. Hotel must be in within 15 miles of the Govt. boat pier at Old Saybrook, CT. 2. Individual sleeping rooms must be equipped with telephone/telephone data ports, sprinkle systems, ample adjustable room lights, smoke detectors, individual mattress, mattress pad or covers, blankets, bedspread, wall-to-wall carpeting (desired) or floor covering, television. 3. Within Government per diem allowance. 4. Complimentary breakfast included in room rate. 5. Mini Refrigerator in each room. 6. Hotel located in safe well-lighted area. 7. Crossing main thoroughfares should be discouraged (for safety and health reasons). DINING FACILITIES 1. Dining facility readily accessible on the hotel premises or a dining facility within walking distance of hotel. CUSTODIAL/SANITATION SERVICES: 1. Daily services include but are not limited to: room cleaning, bed making, linen change (as required), adequate quantities or soap, bath towels, hand towels, wash cloths, sanitized drinking glasses, facial tissue and cloth bath mat. ACCESSIBILITY: 1. Compliant with American with Disabilities Act, 42 U.S.C. Section 12010 et seq. (ADA), providing adequate accommodations for individuals with mobility, sight and hearing disabilities or impairments in the rest rooms, sleeping rooms and on site restaurant. 2. Compliant with the Hotel and Motel Fire Safety Act of 1990, 15 C.S.C. 2201 et seq, (Public Law 101-391). A participant list will be presented to hotel 30 days and (1) week prior to reservation date. It is anticipated that a firm-fixed price purchase order will be awarded. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. The solicitation and all subsequent notices and amendments will be posted on the Internet at: http://www.fedbizipps.gov. Applicable FAR clauses are incorporated by reference: (viii) 52.212-1 Instructions to Offerers - commercial Items (01/04); (ix) 52.212-2 Evaluation - Commercial Items (01/99). The following text is added to Paragraph (a) of FAR 52.212-2: The following factors will be used to evaluate offers: technically acceptable and price, both having approximately equal importance in the award decision. (x) 52.212-3 Offerers Representations and Certifications - Commercial Items (01/04) THE CONTRACTOR MUST RETURN A COMPLETED COPY OF PROVISION 52.212-3 WITH THE QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items (10/03); (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (03/04); (xiii) 52.204-6 Data Universal Numbering System (DUNS) Number; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (10/03). Reference FAR clauses can be accessed for review on the Internet at: http://www.arnet.gov/far. The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities (02/99); 52.232-30 Installment Payments on Commercial Items (10/95); 52.222-26 Equal Opportunity (04/02) (E.O. 11246); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (10/03) (31 U.S.C. 3332); 52.219-6 Notice of Total Small Business Set-Aside (06-03) (15 U.S.C. 644); 52.222-19 Child Labor. Cooperation with Authorities and Remedies (06-04) (E.O. 13126); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans(12/01) (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (06/98) (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (12/01) (38 U.S.C. 4212); 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 W>S.C. 4212). (xv) Number Note 1 applies to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. Effective October 1, 2003, the Federal Acquisition Regulation (FAR), requires that contractors be registered in the Central Contractor Registration (CCR) System before they can be awarded contracts. Vendors may register with CCR online at www.ccr.gov or by calling 1-800-324-3414. Offers must include tax payer federal identification number, DUNS number, and business size. All responsible sources may submit a quotation for consideration. (xvi) QUOTATIONS ARE DUE Thursday June 01, 2006, by 4:00 p.m. central standard time (cst). (xvii) Submit faxed quotation to the Purchasing Section, at (612)370-2136 attention Sheree Johnson, WITH SIGNED ORIGINAL FORWARDED BY MAIL TO: USDA APHIS Purchasing, Attn: Sheree Johnson, Butler Square 5th floor, 100 North Sixth Street, Minneapolis, MN 55403. Attachments: addendum II
 
Place of Performance
Address: Government Boat Pier, Old Saybrook,CT
Country: USA
 
Record
SN01049671-W 20060519/060517220217 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.