Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2006 FBO #1700
SOURCES SOUGHT

99 -- EMERGENCY HOTEL SERVICE DUE TO A DISASTER

Notice Date
7/21/2006
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Agriculture, Rural Development, Procurement Management Division, 1400 Independence Ave., S.W. Mail Stop 0741, Washington, DC, 20250
 
ZIP Code
20250
 
Solicitation Number
Reference-Number-AG-31ME-RFI-06-1045
 
Response Due
7/28/2006
 
Archive Date
8/12/2006
 
Point of Contact
See the Description, Block, Phone (000)000-0000, Fax null,
 
E-Mail Address
N/A
 
Description
The U.S. Department of Agriculture, Rural Development (USDA RD) anticipates awarding a three to five year, fixed rate, blanket purchase agreement (BPA) for accommodations to house temporarily relocated personnel from Washington, DC to the Raleigh, North Carolina area if a natural or man-made disaster prevents the performance of continued critical operating functions of the Agency. The required services are as stated below. THIS NOTICE IS A REQUEST FOR INFORMATION (RFI) ONLY. Applicable NAICS Codes: 721110 ? Hotels (except Casino Hotels) and Motels and 721120 ? Casino Hotels. The purpose of this notice is to determine the interest of Contractors, regardless of size status, in meeting the requirements and entering into an agreement/contract. USDA RD requests that industry review the requirements and address any or all of the following questions, if interested in doing so: In view of the requirements, is the BPA the right acquisition tool? What other acquisition vehicles might the Agency consider? Is a fixed rate type of agreement feasible with or without economic price adjustments? Are the stated requirements sufficient? That is, are there other industry standards and practices that should be considered or incorporated? Contractors having the capability of meeting the requirements are invited to submit, in writing, sufficient information but no more than ten (10) pages in length, excluding responses/comments to the questions above, which demonstrates their ability to meet the requirements. Full and complete responses are necessary to demonstrate to the Agency the Contractor?s capabilities in all aspects of the SOW. Therefore, standard company brochures are not desired. Responses, including the contractor?s size status, should be submitted as provided at the end of this document. USDA RD intends to review the comments and qualification statements from industry and reserves the right to issue a formal Request for Quotation (RFQ) for commercial services using simplified acquisition procedures. REQUEST FOR INFORMATION: EMERGENCY HOTEL SERVICE DUE TO A DISASTER PURPOSE/BACKGROUND. The purpose of the BPA is to provide accommodation services for USDA RD personnel temporarily relocated from Washington, D.C. to Raleigh, North Carolina due to a natural or man-made disaster in order to perform critical operating functions of the Agency. The relocation is part of the USDA RD contingency plan. In this regard, USDA, RD may need up to 90 single rooms for a minimum of 30 days for some personnel to approximately 90 days for others. In no event can the Agency guarantee the exact number of rooms or the length of stay. Additional specific requirements are: (1) The Contractor shall be able to accommodate all persons in a single facility. If unable to do so, the Contractor will locate lodging at another location, not to exceed 2 miles, for the overflow. (NOTE: It is important that the Contractor?s facility is large enough to accommodate up to 90 single rooms even though when an Order is issued, the Contractor may not be able to meet this requirement initially.) (2) The Contractor?s facility shall be within 10 driving miles of 4405 Bland Road, Raleigh, North Carolina. (NOTE: This is the address for USDA RD?s State Office in North Carolina. Coordination of work between USDA RD and the State Office and quick access to the State Office will be critical in the event of a disaster.) (3) The Contractor shall provide shuttle service between the Contractor?s facility and USDA RD?s State Office. (NOTE: The majority of relocated personnel from Washington, DC will be transported to the Contractor?s facility by interstate carrier.) (4) The Contractor shall have adequate parking facilities on location. (5) The Contractor shall provide a large meeting space, conference room or hall, which is capable of being set up in a conference style for approximately 45 people daily between the hours of 8:00 AM and 6:00 PM. (NOTE: The meeting space may be required to have numerous telephone lines for access by USDA RD personnel, may need to allow for satellite television access and television(s), and Internet access.) (6) The Contractor shall offer free 24 hour local telephone service and Internet access within each room offered to the relocated personnel. (7) The Contractor shall have a 24 hour business center with facsimile machines (more than one) and Internet access. (8) The Contractor shall offer maid service daily with sufficient bed linens, pillows, soap, and other small convenience items. (9) The Contractor shall have an on-site personal laundry facility with sufficient laundry products for purchase by relocated personnel. (NOTE: If each room does not offer an iron and an ironing board, the Contractor shall ensure that there are sufficient irons and ironing boards to accommodate the relocated personnel, i.e., one of each for every 10 people.) (10) The Contractor?s facility shall have a dining facility capable of providing breakfast, lunch and dinner service. (11) The Contractor?s facility shall be FEMA approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel. (12) The Contractor?s facility must be compliant with the requirements of the Americans with Disabilities Act (ADA) (Public Law 101-336) (42 U.S.C. 12101 et. seq.). (13) The Contractor?s facility shall offer card key entry to the rooms of the relocated personnel. (14) The Contractor?s facility shall offer and have an on-site security officer. (15) Upon arrival, the Contractor shall present to relocated personnel information about (i) on-site or nearby postal services, (ii) on-site or nearby hospitals, clinics and pharmacies, and (iii) on-site or nearby grocery stores. (16) The Contractor shall fix or replace inoperable Contractor equipment in individual rooms or the large meeting room within 24 hours of being notified of the problem(s). DEADLINE AND CONTACT INFORMATION: All responses are due to Dominique Morant by July 25, 2006 no later than 4:00 PM EST. Qualification statements and comments may be submitted electronically via e-mail to dominique.morant@wdc.usda.gov , by fax to Dominique Morant at (202) 692-0235, by US Mail to Dominique Morant, Procurement Management Division, 1400 Independence Avenue, SW (Mail Stop 0741), Washington, D.C. 20250 or by overnight commercial carried to Dominique Morant, Procurement Management Division, 8th Floor, Room 801, 300 7th Street, Washington, D.C. 20026. Telephone: (202) 692-0230. AT THIS TIME, TELEPHONE CALLS WILL NOT BE ACCEPTED
 
Place of Performance
Address: Raleigh, North Carolina
Zip Code: 27609-6293
Country: UNITED STATES
 
Record
SN01094756-W 20060723/060721220410 (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.