Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2007 FBO #2027
SOLICITATION NOTICE

V -- Lodging for Authorized Naval Personnel

Notice Date
6/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00189-07-Q-Z066
 
Response Due
6/6/2007
 
Archive Date
6/22/2007
 
Description
FISC Norfolk Contracting Department Philadelphia intends to solicit on an unrestricted basis for berthing/lodging for authorized Naval Reserve Personnel per Commanding Officer Navy Operational Support Center 7221 Second Street, Columbus , OH 43217. This is a combined synopsis/solicitation for commercial items utilizing simplified acquisition procedures and 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 N00189-07-Q-Z066 applies and is issued as a Request for Quotation (RFQ). The requirement is for an indefinite delivery, indefinite quantity contract with firm fixed price for a room rate. The period of performance is from 2007 June 29 or date of award thru 2007 September 30 plus two one-year options. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. This is a full and open competitive procurement. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/index.htm. The NAICS Code is 721110 and the size is $5M. Section B is as follows: Contract Line Item Number (CLIN) 0001- Lodging for authorized Naval Personnel of the Navy Operational Support Center, Columbus, OH in accordance with the statement of work. CLIN 0001?s performance period is from 2007 June 29 or date of award thru 2007 September 30. Room rate shall be inclusive of taxes. Hotel/motel shall be in compliance with all Federal, State, and Local Regulations and health and fire regulations. The minimum number of room nights for personnel required to stay is approximately 1,500. The maximum number of room nights for personnel required to stay is approximately 3,000. CLIN 0002 is the same as CLIN 0001 except for the period is 2007 October 01 thru 2008 September 30. CLIN 0003 is the same as CLIN 0001 except for the period is 2008 October 01 thru 2009 September 30. All interested parties who wish to receive a separate file with the formatted CLIN schedule may send an e-mail with their request to Phillip Evans at phillip.evans@navy.mil. The Navy Operational Support Center Columbus will send the Reservation list to the facility no earlier than 2:00 p.m. Wednesday prior to the drill weekend, with the option to add reservations during the week if rooms are still available at the hotel/motel. Check in time is to be no earlier than 3:00 p.m. and no later than 12:00 a.m. The hotel must allow NOSC Columbus to cancel rooms up to and including day of lodging without incurring any charges up to 6:00 p.m. on Friday of the drill weekend. Hotel/motel must not charge for ?no shows?. Room rate to be charged will be the same rate for single or double occupancy. The rooming/reservation list will establish double occupancy to the maximum extent possible. Officers separate from enlisted and Senior Officers (05 and above) separated from Junior Officers (04 and below) and males separate from females. A Unit CO will not be placed with a member of their own Unit. An exception of separate rooms would be husband and wife, both members of the Navy Reserve drilling on the same day(s). NOSC Columbus will provide the hotel/motel with a list that separates all individuals as required. All rooms reserve will be non-smoking. Hotel/motel must be located within 14 miles of the Navy Operational Support Center Columbus and have a well-lighted parking lot, a full service restaurant. Rooms shall include: two beds (double occupancy) 1 bed (single occupancy), bathroom facilities with sink and mirror separate from water closet bowl and shower, television, telephones, and iron and ironing board. Payment will be made to the hotel/motel the week after the drill weekend using the Government Mastercard. Room occupants are responsible for all charges incurred other than the room rate (ex: room service, telephone, movies, etc.) The Contractor may bill for guests that do not show up only if hotel/motel is sold out. Guests who show up without reservations on the provided list shall be given rooms if available. The required room night dates are: July 14 and 15, 2007; July 21 and 22; August 4 and 5, 2007; August 18 and 19, 2007; September 8 and 9, 2007; September 22 and 23 , 2007; October 6 and 7, 2007; October 20 and 21, 2007; November 3 and 4, 2007; November 17 and 18, 2007; December 1 and 2, 2007; December 23 and 24, 2007; January 5 and 6, 2008; January 19 and 20, 2008; February 2 and 3, 2008; February 23 and 24, 2008; March 1 and 2, 2008; March 15 and 16, 2008; April 5 and 6, 2008; April 19 and 20, 2008; May 3 and 4, 2008; May 17 and 18, 2008; June 7 and 8, 2008; June 21 and 22, 2008; July 12 and 13, 2008; July 19 and 20, 2008; August 2 and 3, 2008; August 23 and 24, 2008; September 6 and 7, 2008; September 20 and 21, 2008. Additional delivery dates may be requested as required due to changing drill dates. The contractor will be notified within three days after such a change is made. The provision FAR clauses applicable: 52.212-1 Instructions to Offerors (JAN 2006) ; 52.212-2 Evaluation of Commercial Items (JAN 1999); 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006); 52.212-3 Alternate I (APR 2002) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (NOV 2006). DFAR Clauses applies: 252.212-7000 Offeror Representations and Certifications-Commercial Items (JUN 2005); 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items. Quoters are advised to include a completed copy of the provisions at 52.212-3 and 252.212-7000 with their offer. ORDERING (INDEFINITE DELIVERY TIME AND MATERIAL/LABOR HOUR AND COST REIMBURSEMENT CONTRACTS) (MAY 1999) (a) Ordering: Supplies or services to be furnished under this contract shall be furnished at such times as ordered by the issuance of Delivery/task orders on DD Form 1155 by the Navy Operational Support Center Columbus and /or FISC Norfolk Contracting Philadelphia. All orders issued hereunder are subject to the terms and conditions of this contract. This contract shall control in the event of conflict with any Order. When mailed, a Delivery/task order shall be ?issued? for purpose of this contract at the time the Government deposits the order in the mail, or, if transmitted by other means, when physically delivered to the contractor. (b) Ordering Procedures: (1) Delivery/task orders issued shall include, but not be limited to the following information: (a) date of order (b) contract and order number (c) appropriation and accounting data (d) item number and description of the services to be performed, quantity, and unit price or estimated cost or fee. (e) description of end item(s) to be delivered (f) packaging, packing, and shipping instructions, if any. (g) DD Form 254 (Contract Security Classification Spec), if applicable (h) DD Form 1423 (Contract Data Requirements List), if data to be delivered under the order is not listed on the DD Form 1423 included in this contract. (i) exact place of pickup and delivery (j) the inspecting and accepting codes (as applicable) (k) period of time in which the services are to be performed (l) for each applicable labor category, estimated number of labor hours required to perform the Order. (m) the estimated cost plus fixed fee or ceiling price for the order (n) list of Government furnished material and the estimated value thereof, if applicable. (o) method of payment and payment office, if not specified in the contract (see 32.1110(e)). (p) Any other pertinent information. Oral orders may be placed hereunder only in emergency circumstances. Information described above shall be furnished to the contractor at the time of placing an oral order and shall be confirmed by issuance of a written Delivery/task order on DD Form 1155 within ten (10) working days. (c) Modifications of Delivery/task orders: Delivery/task orders may be modified by the Ordering Officer. Modifications to Delivery/task orders shall include the information set forth in paragraph b. above, as applicable. Delivery/task orders may be modified orally by the Ordering Officers in emergency circumstances. Oral modifications shall be confirmed by issuance of a written modification within two working days from the time of the oral communication modifying the order. (d) The Cost Plus Fixed FEE or Ceiling Amount: for each Delivery/task order will be the ceiling price stated therein and may not be exceeded except when authorized by a modification to the Delivery/task order. MINIMUM AND MAXIMUM QUANTITIES (FISC DET PHILA) (OCT 1992) As referred to in paragraph (b) of the ?Indefinite Quantities? clause of this contract, the total contract minimum quantity is a total of 1,500 room nights worth of orders at the contract unit price(s). The contract maximum quantity is a total of 3,000 room nights. NOTE: (1) Indicate the minimum order value which must be more than nominal, yet it should not exceed the amount which the Government is fairly certain to order. (2) The ?Total Amount of Contract? set forth on the face of the contract document should be preceded by the phrase ?NOT TO EXCEED.? OPTION TO EXTEND THE TERM OF THE CONTRACT (FAR 52.217-9) (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 28 (months)(years). 52.212-2, Evaluation - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price and past performance. Past performance will be considered equally important as price. Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . This announcement will close at 4:00 p.m. on 2007 June 22. Contact Phillip Evans who can be reached at 215-697-9685 or email phillip.evans@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All offers shall be sent to FISC Norfolk Contracting Philadelphia, Philadelphia Office, Attn: Phillip Evans, Code 280.2B, 700 Robbins Avenue, Bldg. 2B, Philadelphia, PA 19111-5083 and should reference RFQ N00189-07-Q-Z066. Proposals submitted via facsimile should reference RFQ N00189-07-Q-Z066 and be forwarded to 215-697-9742. All quotes shall include price(s), FOB point, point of contact: name and phone number, GSA contract number if applicable, business size, tax identification number, Cage Code and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The government will not be responsible for any failure attributed to the transmission or receipt of the facsimile proposal. No Numbered Notes apply].
 
Place of Performance
Address: Navy Operational Support Center, 7221 Second Street, Columbus, OH
Zip Code: 43217
Country: UNITED STATES
 
Record
SN01318072-W 20070615/070613221745 (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.