Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2008 FBO #2266
SOLICITATION NOTICE

X -- Temporary Lodging

Notice Date
2/7/2008
 
Notice Type
Solicitation Notice
 
NAICS
531110 — Lessors of Residential Buildings and Dwellings
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
TIRNO-08-Q-FOA24
 
Response Due
2/19/2008
 
Archive Date
3/5/2008
 
Point of Contact
Sharlene Hagans, Contract Specialist, Phone 202-283-1471, Fax 202-283-1365
 
E-Mail Address
sharlene.a.hagans@irs.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared 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; quotations are being requested and a written solicitation package will not be issued. Solicitation number TIRNO-08-Q-FOA24 is issued as a Request for Quotation (RFQ) with the evaluation and award prescribed in FAR Part 13 "Simplified Acquisition Procedures." The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-22. This procurement is unrestricted. The associated North American Industry Classification System (NAICS) code is 531110 and the small business size standard is $6 million. The award will be made to one offeror who fully meets the requirement for providing lodging in St. Croix, VI for three federal employees who will be on temporary duty assignment. The period of performance will be May 1, 2008 through April 30, 2009. Contractor will provide three (3) fully furnished one bedroom units with bathroom, separate living room and kitchen area. Each unit, at a minimum, shall meet the following requirements: KITCHEN: The kitchen shall be equipped with a standard size refrigerator, stovetop, oven, microwave, electric cap opener, dishwasher, and a fire extinguisher. Kitchen shall have adequate supply of kitchen towels, dishcloths, oven mitt(s), cutting board, spatula, large spoons, pots and pans, cutting knives, ovenware, and a set of matching dishes and silverware for four; LIVING AREA: Sofa, additional love seat or chair, coffee table, one end table, two table lamps or floor lamps, dining table with four chairs, TV stand or cabinet w/color TV (min 19 inches) with basic cable or satellite reception; BEDROOM: One (1) double bed, one set of bedding (fitted and flat sheets, bedspread), color TV (min 19 inches), a table lamp, one dresser, one mirror, one nightstand, one clock radio with alarm, a closet or adequate clothes hanging space w/12 clothes hangers; BATHROOM: Private bathrooms are required and shall be complete with a toilet, sink, bathtub/shower-combination and a working exhaust fan or exterior window. Hot water shall be available 24 hrs a day. In addition, each unit shall have independently controlled air conditioning and heating systems which shall be in good working order, electrically safe and inspected on a regular basis; washer, dryer, iron, ironing board, vacuum and broom; local telephone service; basic cable; internet access shall be provided in each unit and weekly housekeeping services. MANDATORY REQUIREMENTS: To be eligible for award, the hotel must meeting the following mandatory requirements: (1) Hotel must be compliant with Hotel/Motel Fire Safety Act of 1990, 15 U.S.C. 2201 et. Seq (Public Law 101-391) and must hold a FEMA Certification Number (See FEMA http://www.usfa.dhs.gov); (2) the facility must be compliant with the American with Disability Act, 42 U.S.C. Section 12101 et.se (ADA). (3) The facility must have one of the following quality ratings: First class or higher per OAG Business Travel Planner; or Three diamonds or higher per AAA. (4) Contractor must be registered in Central Contractor Registration (CCR) System (www.ccr.gov.). The Government will award a purchase 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: 1) Ability to accommodate lodging during the required time frame; 2) Past performance - Offeror must provide three (3) references that the Government may contact; and 3) price. The provisions at FAR 52.212-1, Instructions to offerors - Commercial, and FAR 212-2, Evaluation - Commercial Items, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items applies to this acquisition. Per 12.603(b) the SF 1449 is not used. FAR clause 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, Veterans of the Vietnam Era and Other Eligible Veterans and 52.232-33, Payment of Electronic Funds Transfer Central Contractor Registration. Offerors not in possession of the above references clauses and provisions in full text may obtain a copy via the INTERNET at http://www.arnet.gov or by contacting the contract specialist. All responsible sources who can provide the above requirements shall submit written quotations no later than 13 days from the posted date of this announcement. The government intends to award a firm fixed price order. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, total price, prompt payment terms, remittance address, Tax I.D #, DUNS #; and Cage Code. Quotes over 10 pages in total will not be accepted by facsimile. All questions must be submitted in writing and received by facsimile at (202) 283-1533/1365 or email Sharlene.A.Hagans@irs.gov.
 
Record
SN01503558-W 20080209/080207232044 (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.