Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
MODIFICATION

V -- Provide 12 lodging rooms with parking to be used by the US Army Corps of Engineers, Hurricane Protection Office, New Orleans, LA

Notice Date
3/29/2007
 
Notice Type
Modification
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P807T0079
 
Response Due
4/10/2007
 
Archive Date
6/9/2007
 
Point of Contact
Judy Anderson, 504-862-1738
 
E-Mail Address
US Army Engineer District, New Orleans
(judy.a.anderson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
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. Solicitation Number W912P8-07-T-0079 is being issued as request for quotes (RFQ) and the intent is to award as a FFP Service simplified acquisition. The solicitation document and incorpo rated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. This requirement is procured unrestricted under NAICS Code 721110 (SIC 7011). The US Army Corps of Engineers, New Orleans, Louisiana, Hurricane Protection Offi ce, has a requirement for 12 (twelve) hotel rooms for a period of 3 months beginning 1 May 2007 and ending 31 July 2007. Also, an option to extend the requirement in three month increments through 30 April 2008, is solicited. Specifications are as follo ws: This requirement is for rental of rooms for lodging of employees assigned to support the Hurricane Protection Office in New Orleans, Louisiana. Minimum requirement for room accommodations is for commercially available industry standard hotel room wit h parking. Amenities include, but are not limited to, on site laundry facilities, kitchenette, separate living area, proximity to work site (7400 Leake Ave, New Orleans, LA 70118), basic cable or satellite tv, internet access, etc. Provide 12 lodging ro oms with parking to be used by the US Army Corps of Engineers, (or other Federal Employees authorized by the New Orleans District) for employees working in support of the Hurricane Protection Office, New Orleans, LA. Minimum requirement for room accommoda tions is for commercially available industry standard hotel room with parking. Amenities include, but are not limited to, on site laundry facilities, kitchenette, separate living area, proximity to work site (7400 Leake Ave, New Orleans, LA 70118), basic cable or satellite TV, internet access, etc. Vendor must meet the requirements of EM-385-1-1. The manual can be found http://www.usace.army.mil/publications/eng-manuals/em385-1-1/toc.htm Contractor agrees that the 12 (twelve) hotel rooms will be reserve d for use by the U.S. Army Corps of Engineers, or other federal employees authorized by the New Orleans District to occupy rooms. The rate should include ALL charges, to include parking and state and local taxes, if applicable, etc. Based upon availabil ity, the contract may be modified to add additional rooms at the contract rate. The Government reserves the right to cancel at any time if lodging is no longer required at no additional cost. This contract includes options to extend the period for lodgin g. These options are not guaranteed. The vendor will be given a preliminary notice of the Governments intent to renew an option within 20 days of expiration of the contract. The preliminary notice does not commit the Government to an extension. Refere nce Clauses 52.217-9 Option to Extend the Term of the Contract and 52.217-8, Option to Extend Services. This procurement may be quoted as follows: Supplies/Services, Line Item No. 0001, BASE PERIOD: Provide 12 lodging rooms with parking, to be used by the US Army Corps of Engineers, (or other Federal Employees authorized by the New Orleans District) for employees working in support of the Hurricane Protection Office, New Orleans, LA, beginning 1 May 2007 and ending 31 July 2007, Quantity: 1, Unit: Lump Sum, Unit Price: $_____________; Line Item No. 0002, FIRST OPTION PERIOD: Provide 12 lodging rooms with parking, to be used by the US Army Corps of Engineers, (or other Federal Employees authorized by the New Orleans District) for employees working in s upport of the Hurricane Protection Office, New Orleans, LA, beginning 1 August 2007 and ending 31 October 2007, Quantity: 1, Unit: Lump Sum, Unit Price: $_____ ________; Line Item No. 0003, SECOND OPTION PERIOD: Provide 12 lodging rooms with parking, to be used by the US Army Corps of Engineers, (or other Federal Employees authorized by the New Orleans District) for employees working in support of the Hurricane Protection Office, New Orleans, LA, beginning 1 November 2007 and ending 31 January 2008, Quantity: 1, Unit: Lump Sum, Unit Price: $_____________; Line Item No. 0004, THIRD OPTION PERIOD : Provide 12 lodging rooms with parking, to be used by the US Army Corps of Engineers, (or other Federal Employees authorized by the New Orleans District) for employees working in support of the Hurricane Protection Office, New Orleans, LA, beginning 1 February 2008 and ending 30 April 2008, Quantity: 1, Unit: Lump Sum, Unit Price: $_____________. TOTAL AMOUNT Base Period plus Option Periods One  Three, Line Item Nos. 0001  0004 $________________. Performance Period shall commence 1 May 2007. Award will be made to the responsive and responsible offeror whose quote i s determined to provide the best value to the Government. Offeror shall submit with his/her quotation sufficient literature which includes descriptions of the hotels amenities and services which are available to any occupant. FAR Provision 52.212-1 Inst ructions to Offerors  Commercial Items, applies to this acquisition. FAR Clauses 52.212-2 Evaluation Commercial Items, applies to this acquisition. The following factors will be used to evaluate offers: Room Accommodations, Amenities Available, and Pri ce. Room Accommodations, Amenities Available, when combined are equal to Price. Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications  Commercial Items, and DFAR 252.212-7000 Offeror Represent ations and Certifications- Commercial Items with their offer. The following clauses: FAR ,52.212-4 Contract Terms and Conditions  Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial It ems (Deviation); 52.217-9 Option to Extend the Term of the Contract; 52.217-8 Option to Extend Services; DFAR, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial It ems (Deviation), apply to this acquisition. Quotes must be received by 10 April 2007 at 2:00 p.m. CDT time, at the Contracting Division, Hurricane Protection Office, ATTN: Judy A. Anderson, Room 167, New Orleans District Corps of Engineers, 7400 Leake A venue, New Orleans, LA 70118-3651, (504) 862-1738 or e-mail at Judy.A.Anderson@mvk02.usace.army.mil This procurement is unrestricted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-MAR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/COE/DACA29/W912P807T0079/listing.html)
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN01262669-F 20070331/070329225721 (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.