Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2007 FBO #2201
SOLICITATION NOTICE

V -- Hotel Services

Notice Date
12/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
ACA, RCO Seckenheim, Attn: AEUCC-S, Unit 29331, APO, AE 09266-0509
 
ZIP Code
09266-0509
 
Solicitation Number
W912PE-08-T-7039
 
Response Due
12/11/2007
 
Archive Date
2/9/2008
 
Point of Contact
Lisa Murphy, 08821-750-2244
 
E-Mail Address
Email your questions to ACA, RCO Seckenheim
(murphyl@marshallcenter.org)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations located in the following geographic area: Washington, DC. This notice is a combined synopsis/solicitation for commercial items prepare d in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ). Quotes are being requested on an unrestricted basis and a separate written solicitation will not be issued. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This is not a solicitation for Event Planning Services. A quote which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. The NAICS Code is 721110 and the small business size standard is $6.5 million. The George C. M arshall Center conducts its Leaders Program of Advanced Security Studies (LPASS) trip three times per year as part of an academic program. The Periods of Performance for this requirement are as follows: Base Period: (PTSS) 07 Feb 2008  14 Feb 2008 (approximately 222 sleeping room nights total), and (LPASS 08-1) 21 February 2008  01 March 2008 (approximately 359 sleeping room nights total) 1st Option Period: (LPASS 08-4) 26 June 2008  05 July 2008 (approximately 359 sleeping room nights total) 2nd Option Period: (LPASS 08-7) 30 October 2008  08 November 2008 (approximately 429 sleeping room nights total). The hotel shall accommodate 51 sleeping rooms on peak nights (based on the timeframe), shall provide all requirements specified for accommodation needs in Parts A, B, and C below, and shall provide lodging rates within the stated Government Per Diem rate o r lower for the area. A response to requirements listed below shall be submitted on letterhead. Quoters are cautioned that no reference to the proposed prices shall be made in the technical quote. The hotel facility shall be FEMA approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at htttp://www.usfa.fema.gov/hotel/search.cfm. In accordance with FAR 52.204.7 - Central Contractor Registration (Oct 2003); contractors are required to register in the Central C ontractor Registration (CCR) database http://www.ccr.gov, PRIOR to award of any contract. In addition, the offeror's facility shall be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). The hotel facility shall accommodate an estimated 90 guests with the following needs: Part A: Hotel Lodging: Base Period (PTSS and LPASS 08-1) (PTSS) 1 Single sleeping room on Thursday, 07 Feb 2008 and Friday, 08 Feb 2008; 10 single sleeping rooms on 09 Feb 2008 through 13 Feb 2008; and 34 Double Rooms on 09 Feb 2008 through 13 Feb 2008. Group will check-out on Thursday, 14 February 2008. (LPASS 08-1) 1 Single sleeping room on Thursday, 21 Feb 2008 and Friday, 22 Feb 2008 14 single sleeping rooms on 23 Feb 2008 through 29 Feb 2008; and 38 Double Rooms on 23 Feb 2008 through 29 Feb 2008. Group will check-out on Saturday, 01 March 2008. 1st Option (LPASS 08-4) 1 Single sleeping room on Thursday, 26 June 2008 and Friday, 27 June 2008; 14 single sleeping rooms on 28 June 2008 through 04 July 2008; and 38 Double Rooms on 28 June 2008 through 04 Jul 2008 Group will check-out on Saturday, 05 July 2008. 2nd Option (LPASS 08-7) 1 Single sleeping room on Thursday, 30 Oct 2008 and Friday, 31 Oct 2008; 14 single sleeping rooms on 01 Nov 2008 through 07 Nov 2008; and 48 Double Rooms on 01 Nov 2008 through 07 Nov 2008. Group will check-out on Saturday, 08 Nov 2008. Single & Double Rooms: Rooms with bath, common amenities, and all service fees as follows: Provide furn ished hotel room, price per room to include breakfast for each occupant. NOTE: The Government (this contract) will not pay for local or international phone calls from participants rooms, pay per view programs, mini-bar consumption, room service, nor any a lcoholic beverages. Request that all double rooms have outgoing phones and pay-per-view TV turned off and mini-bars locked. Allowance for availability of said items must be made by the individual by presenting a valid credit card or US Dollars. Double Rooms: Provide furnished hotel rooms with two separate beds that will accommodate one adult each. No rollaway beds, sofa beds, or daybeds may be substituted. Breakfast for each occupant shall be included. Two room keys shall be provided for double rooms. N o shared keys. Rooms shall be available not later than 03:00pm on days of arrival. Breakfast: Availability of full (not continental) breakfast with seating capacity for serving up to 120 persons at one time. A separate dining area for the group within t he hotel is preferred but not mandatory. Breakfast shall be available by 06:30AM. On certain days, early 06:00AM breakfast may be required. Breakfast shall include yogurt, variety of breads, toast, cereals, eggs, cheese, fruit, meats, milk, coffee, tea, an d juices. Part B: Additional Information: 1. The hotel shall provide a dedicated hotel staff or staff member to coordinate logistics before, during, and after arrival of the Marshall Center Representative. Keys to all rooms shall be available for advanced party p ersonnel, at least 3 hours BEFORE the group's arrival. It is highly recommended that keys be coded as early as possible for process with the MC Representative, though rooms will not be occupied by Course Participants until the group's arrival. 2. Current room listings shall be made available to the Marshall Center Representative, as requested. Part C: Quote submission, Evaluation and clauses Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 evaluation factors. Evaluation will be made with or without discussions with the vendor(s). Technical quotes and prices will be evaluated as described below. All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting price and technical quotes. Any quote that does not meet the solicitation requirements will be rejec ted as nonresponsive. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far (FAR) and (DFARS) 52.212-1 Instructions to Offerors Commercial Items 52.212-2 Evaluation Commercial Items - The technical quote shall address each technical factor. The Government will award a contract resulting from this RFQ to the responsible vendor whose quote will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Bus Loading/Unloading Zone, (2) Location of Facility, (3) Past Performance, and (4) Price. Factor (1) is least important. Factor (2) and (3) are of equal importance. When technical factors (1), (2) and (3) are combined, they are more important than factor (4) price. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Eva luation of options shall not obligate the Government to exercise the option(s). THE VENDOR SHALL ADDRESS IN DETAIL IN WRI TING THE INDIVIDUAL FACTORS OF: (1) Bus Loading/Unloading Zone, Submission Requirements: Offeror shall confirm availability of a designated space on-site or on the street that allows at least 15-minutes for loading and unloading up to three large tour bu ses at a time. (2) Location of Facility, Submission Requirements: Offeror shall provide a description of location of facility to all the Government to evaluate the hotels proximity to major historical monuments, scheduled meeting venues, subway/metro rail, and a variety of dining and shopping establishments. (3) Past Performance, Submission Requirements: Past performance information shall cover a maximum of 3 years. Offeror shall provide past performance information (e.g. letters of recommendation, performance evaluations) indicating quality of hotel performance and service during the past three years. In addition, offeror shall provide at least two references for which your company provided services for a group similar in size to our group within the past year. For each reference, offerors shall list: a.) Organization/company/contracting partners name. b) Point of contacts (POC) name and contact information: Current phone numbers & valid email addresses. c) Description that precisely explains : General scope of the contract  size of the group accommodated; Specific requirements of the contract; Performance period. (4) Price. Submission Requirements: Offerors shall provide prices for the services listed above. Offerors shall also provide th e hotels cancellation policy and fees with its price quote. All prices will be evaluated for reasonableness, including the hotels cancellation policy. Technical quotes shall not exceed five pages. Quoters are cautioned that no reference to the propose d prices/cost shall be made in the technical quote. Other applicable clauses: 52.212-3 Offeror Representations and Certification-Commercial Items. Vendors shall include a completed copy of Offeror Representations and Certification along with his/her quote; 52.212-4 Contract Terms and Conditions Commerci al Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items and in accordance with FAR 12.603(c )(2)(xii) the following provisions under the clause apply (b)(11)-(b)(15), (b)(19)(i), (b)(21), (b)(25) (b)(26) applies if Government Purchase Card is used, (c)(1), (c)(2), and (c)(4); FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-18 Availability of Funds; FAR 52.232-33 Electronic Funds Transfer  CCR; FAR 52.233-4 Applicable Law for B reach of Contract Claim; FAR 52.217-9, Option to Extend the Term of the Contract; DFARS 252.201-7000, Contracting Officers Representative; DFARS 252.204-7004, Central Contractor Registration; DFARS 252.212-7000; and DFARS 252.212-7001 (Dev), Contractor Te rms and Conditions Required to Implement. Quotes shall include all information required in 52.212-2, Schedule of Prices Offered, and a completed copy of provision 52-212-3. Submit all price and technical quotes to Katharina Beam, Contract Specialist, George C. Marshall Center, Unit 24502, ECMC-P, APO AE 09053. Emailed quotes are acceptable. E-mail: beamk@marshallcenter.org. Closing date for receipt of quotes is Tuesday, December 11, 2007 at 4:00 PM Central European Time. Point of Contact Katharina Beam, Contract Specialist, George C. Marshall Center, Garmisch-Partenkirchen, Germany E-mail your questions to POC e-mail address at beamk@marshallcenter.org
 
Place of Performance
Address: Washington DC area Washington DC area Washington DC
Zip Code: XXXXX
Country: US
 
Record
SN01463025-W 20071206/071204224947 (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.