Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
MODIFICATION

X -- USNS ARCTIC ROH - Subsistence and Lodging

Notice Date
6/27/2007
 
Notice Type
Modification
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC SSU SAN DIEGO 139, BUILDING 139, 140 SYLVESTER ROAD NAVAL BASE POINT LOMA, SAN DIEGO, CA, 92106-3521, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40442-07-T-2067
 
Response Due
6/28/2007
 
Archive Date
7/13/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The combined synopsis/solicitation is revised and restated in its entirety: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. The solicitation number is N40442-07-T-2067, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. This is a small business set-aside. NAICS 721110 applies. The small business size standard is $8.5M. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for the following: Contract Line Item 0001: The Contractor shall provide hotel lodging during regular overhaul for USNS ARCTIC Civilian Mariners (CIVMARS) in Norfolk, Virginia from 09 July 2007 through 30 August 2007. The requirement is for: One (1) single hotel room from 9 July through 5 August 2007 (28 days), check-out 6 August 2007, 28 room-nights. Twenty-two (22) single hotel rooms from 9 July 2007 through 29 August 2007 (52 days), check-out 30 August 2007, 1,144 room-nights; One (1) single hotel room from 21 July through 29 August 2007 (40 days), check-out 30 August 2007, 40 room-nights. Three (3) single hotel rooms from 20 ? 29 August 2007 (10 days), check-out 30 August 2007, 30 room-nights; Six (6) single hotel rooms from 27 through 29 August 2007 (3 day), check-out 30 August 2007, 18 room-nights; Seven (7) single hotel rooms 28 - 29 August 2007 (2 days), check-out 30 August 2007, 14 room-nights. Total required room-nights = 1,274. The Government will be liable only for rooms actually used. Contract Line Item 0002: The Contractor shall provide hotel lodging during regular overhaul for USNS ARCTIC Military Detachment (MILDET) personnel in Norfolk, Virginia from 09 July through 30 August 2007. The requirement is for: Six (6) single hotel rooms from 9 July 2007 through 29 August 2007 (52 days), check-out 30 August 2007, 312 room-nights, One (1) single hotel room from 17 August through 29 August 2007 (13 days), check-out 30 August 2007, 13 room-nights. Total required room-nights = 325. The Government will be liable only for rooms actually used. Contract Line Item 0003: The Contractor shall provide three (3) full meals per day for six (6) military members of ship?s crew commencing with lunch, 9 July 2007 through dinner 29 August 2007 (948 total meals). The Contractor must have a system in place to record the actual number of meals consumed and the government will only pay for those consumed. Cash payments to individuals in lieu of actual food or meals is NOT permitted. Use of meal vouchers with a variety of choices is the preferred method. For lodging facilities without on-site full-service restaurants, meal vouchers for nearby (within 5 minutes walking distance) restaurants is acceptable. Hotel must meet or exceed a standard of 3-diamond rating per American Automobile Association. Contractor must submit a Certificate of Rating with quote. Hotel rooms must have kitchenettes. Guest Laundry facilities must be available on the premises. Payment will be made on actual usage. A list of crewmembers will be provided to the hotel after award. Payment will be made based on actual usage. The Government will be liable only for rooms actually used. Area of consideration for bidding purposes is Chesapeake, Norfolk, and Virginia Beach, VA no further than a 10-mile radius from the hotel to BAE Systems Norfolk Ship Repair, 750 W. Berkley Ave, Norfolk, VA 23523. Rates may not exceed the Government Per Diem rate for the area. This procurement will be awarded using the procedures under FAR 13.5, Test Program for Commercial Items. The Government will award an order 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: Technical, Price, Past Performance. Quoters must have acceptable or neutral record of past performance. Neutral past performance is a quoter who does not have a record of relevant past performance or for whom information on past performance is not available. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.215-5 Facsimile Proposals (757) 417-4606. The Contractor shall comply with the FAR clauses in this paragraph (c) applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-41, Service Contract Act of 1965, as Amended 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-44 Fair Labor Standards Act and Service Contract Act?Price Adjustment The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 52.203-3 Gratuities 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.212-7001 Contract Terms and Conditions Required to Implement Statutes 252.212-7000 Offer Representations and Certifications ? Commercial Items 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002 Requests for Equitable Adjustment, and Department of Labor Wage Determination WD 97-0026 (Food & Lodging) applies. The Wage Determination is available at http://www.wdol.gov/sca.aspx#4. The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 02 July 2007, 11:00 A.M. EDT. Quotes can be emailed to Patrick.D.Brown@navy.mil or faxed to 757-417-4606 Attn: Patrick Brown. Reference the solicitation number N40442-07-T-2067 on your quote.
 
Place of Performance
Address: Norfolk, VA
Zip Code: 23523
Country: UNITED STATES
 
Record
SN01329378-W 20070629/070628031725 (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.