Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2007 FBO #1889
SOLICITATION NOTICE

X -- Rental of Hotel/Motel Rooms

Notice Date
1/26/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-07-T-0008
 
Response Due
2/5/2007
 
Archive Date
4/6/2007
 
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. 1. Solicitation No. W9127Q-07-T-0008 applies and is issued as a Request for Proposal. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. This acquisition is set aside for small business. The North American industry Classification System (NAICS) code is 721110 sizes standard is $6.5 Million. The Governments requirement is for (1) 125 single occupancy Hotel/Motel rooms a nd (2) 186 double occupancy Hotel/Motel Rooms for the period February 9, 2007 thru May 31, 2007. Only one person shall occupy the single occupancy rooms and two people in the double occupancy rooms. Minimum change of linen twice a week or upon change of occupancy, whichever comes first. Daily towel service for single occupancy shall be two (2) bath, (2) hand towels, three (3) wash cloths and one (1) bath mat. Linens and towels shall be fresh and free of rips and tears. In the double occupancy rooms the d aily towel service will be doubled. Daily maid/housekeeping service (to include but not limited to: dusting, vacuuming, replacing soiled linen as stated above, making bed, empty trash containers, clean bathroom, replenish soap and sanitized glasses) shall be provided to accommodate both day and night shift personnel. All rooms shall be free of insect infestation (roaches, ants, spiders, etc.) Rooms shall be equipped with a private bath with shower, tube, toilet, sink, self space, well lighted mirror, electrical outlet convenient to sink, and continuous how water, one (1) trash container in bathroom and (1) in living area. All bathrooms shall have a good working exhaust fan or an exterior window. Adequate quantities of soap and sanitized glasses sh all be provided. Any/all tile shall be free of cracks or missing pieces. Rooms shall be carpeted. Carpet shall be clean, padded and in good condition. Rooms shall have color cable TV with remote controls. Independently controlled air conditioning/heatin g shall be in each room and shall be in good working order. A telephone shall be furnished in each room. Local calls shall be allowed without charge. The entrance shall be accessible by key lock or electronic lock and shall be equipped with interior dea dbolt and a peephole. Connecting room doors shall be equipped with a deadbolt. The room key shall not reflect room number. Ground floor windows shall be equipped with security locks. Sliding doors shall also be equipped with an effective locking device . All ground floor doors and windows, which are accessible from walkways and common balconies, shall have a secondary security lock. A minimum of one bed in the single occupancy rooms, one night stand, two pillows, one blanket, one bed spread, one comfort able chair, closet or closet hanging space with a minimum of (6) hangers, a table or desk suitable for writing with suitable overall lighting, a luggage rack or suitable bench space for storage of luggage, and adequate shades/drapes or blinds to cover all windows/glass areas shall be provided in each room. The desk area shall have accessible electrical receptacles. Furniture shall be clean and in good condition. Rooms shall be free of chipped or peeling paint. Any/all wallpaper, draperies, bed and beddi ng shall be in good condition and free from soil or stains. A minimum of two beds in the double occupancy rooms, one night stand, four pillows, two blanket, two bed spread, two comfortable chair, closet or closet hanging space with a minimum of (6) hangers , a table or desk suitable for writing with suitable overall lighting, a luggage rack or suitable bench space for storage of luggage, and adequate shades/drapes or blinds to cover all windows/glass areas shall be provided in each room. The desk area shall have accessible electrical receptacles. Furniture shall be clean and in good condition. Rooms shall be free of chipped or peeling paint. Any/all wallpaper, draperies, bed and bedding shall be in good condition and free from soil or stains. A laundry shall be available on premises. Ice machine shall be available on premises at all times. Incoming/outgoing mail or express delivery services shall be provided. Employees assigned to each motel/hotel room are responsible for all expenses incurred beyond scope of the contract (i.e., long distance calls, room service, damage claims, guest charges, laundry service). Occupants under this contract will be afforded ac cess to all hotel facilities, as are regular guests. Lodging charges are exempt from sales/room tax. Rooms will have one refrigerator in each room. A microwave oven shall be in each room or be available on each floor of the motel/hotel. VCP/VCR rentals or pay per view movies/movie channel shall be available for in-room viewing. Facility must have smoke detector installed and automatic sprinkler system. THE GOVERNMENT RESERVES THE RIGHT TO INSPECT ALL HOTEL ROOMS PRIOR TO AWARD. THE GOVERNMENT RESERVES THE RIGHT TO MAKE MULTIPLE AWARDS AGAINST THIS SOLICITATION. Offers must provide a list of Hotel/Motels if quoting more than one location. The following Federal Acquisition Regulations (FAR) and (DFAR) apply to this solicitation: FAR 52.212-1; FAR 52.21 2-3, FAR 52.212-4, 52.203-6 Alt I; FAR 52.204-4; Far 52.204-7; FAR 52.212-1; FAR 52.219-8; FAR 52.222-44; FAR 52.237-3; FAR 52.212-5: FAR 52.219-6; FAR 52.219-14; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-13; FAR 52.232-33; FAR 52.222-41; FAR 52.222-42; FAR 52.203-3; FAR 52.252-2; DFARS 252.212-7001; DFARS 252.225-7001. Full Text of these provisions may be accessed on-line at http://www.arnet.gov. Award can only be made to those off erors that are registered through the Central Contractor Registration System. For those that are not registered, you may log onto the Internet at www.ccr.gov. All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifi cations Commercial Items. Quotes are due no later than 3:30 CST, 5 February 2007. Questions regarding contractual documents may be addressed to Joe Smith, Contract Specialist, at E-mail joe.hughie.smith@ng.army.mil. Quotes may be mailed to USPFO-MS, Attn: NGMS-PFO-PC (Mr. Joe Smith), 144 Military Drive, Jackson, Mississippi 39232-8861 or faxed to (601) 313-1569 or E-Mail joe.hughie.smith@ng.army.mil.
 
Place of Performance
Address: Camp Shelby Joint Forces Training Center 1001 Lee Ave Camp Shelby MS
Zip Code: 39407-5500
Country: US
 
Record
SN01220077-W 20070128/070126220951 (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.