Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOLICITATION NOTICE

V -- Temporary Lodging

Notice Date
5/22/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Capital District Contracting Center, 9410 Jackson Loop, Fort Belvoir, VA 22060
 
ZIP Code
22060
 
Solicitation Number
W74N848040004_
 
Response Due
5/28/2008
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W74N848040004_ and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $6M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-05-28 10:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The USA ACA Fort Belvoir, Capital District Contracting Center requires the following items, Meet or Exceed, to the following: LI 001, Three (3) -Two Bedroom Sleeping Units w/a minimum of three full size beds beds or larger. Lodging requirement for sleeping units with in room kitchen facilities, located within in a 10 mile driving distance from 5250 Duke Street, Alexandria, VA 22304. Period of Performance: Occupants will check in on July 2, 2008 and check out on August 9, 2008 (38 days). Seller is not required to bid on the full requirement for this CLIN. Sellers shall indicate the number of units that they are able to provide in the description area for this clin. Sellers are to enter nightly cost per unit, not the total cost for units offered., 1, UNIT; LI 002, Eleven (11) - One Bedroom Sleeping Units w/a minimum of two full size beds or larger. Lodging requirement for sleeping units with in room kitchen facilities, located within in a 10 mile driving distance from 5250 Duke Street, Alexandria, VA 22304. Period of Performance: Occupants will check in on July 2, 2008 and check out on August 9, 2008 (38 days). Seller is not required to bid on the full requirement for this CLIN. Sellers shall indicate the number of units that they are able to provide in the description area for this clin. Sellers are to enter nightly cost per unit, not the total cost for units offered., 1, UNIT; LI 003, Twenty-Three (23) -Two Bedroom Sleeping Units w/a minimum of three full size beds or larger. Lodging requirement for sleeping units with in room kitchen facilities, located within in a 10 mile driving distance from 5250 Duke Street, Alexandria, VA 22304. Period of Performance: Occupants will check in on July 3, 2008 and check out on August 9, 2008 (37 days). Sellers shall indicate the number of units that they are able to provide in the description area for this clin. Seller is not required to bid on the full requirement for this CLIN. Sellers shall indicate the number of units that they are able to provide in the description area for this clin. Sellers are to enter nightly cost per unit, not the total cost for units offered., 1, UNIT; LI 004, Forty-Nine (49) - One Bedroom Sleeping Units w/a minimum of two full size beds or larger. Lodging requirement for sleeping units with in room kitchen facilities, located within in a 10 mile driving distance from 5250 Duke Street, Alexandria, VA 22304. Period of Performance: Occupants will check in on July 3, 2008 and check out on August 9, 2008 (37 days). Seller is not required to bid on the full requirement for this CLIN. Sellers shall indicate the number of units that they are able to provide in the description area for this clin. Sellers are to enter nightly cost per unit, not the total cost for units offered., 1, UNIT; LI 005, Contract Manpower Reporting Requirement in accordance with Performance Work Statement, Section 6. Offerors shall indicate cost or non-cost ($00.00) for this requirement., 1, EA; For this solicitation, USA ACA Fort Belvoir, Capital District Contracting Center intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Belvoir, Capital District Contracting Center is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to sharon.shelton1@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The Government intends to make multiple awards based on availability and low price to meet the total requirement.Under Threat Protection Travel Guidelines no more that 50 units will be utilized at one location, thus multiple are required. Two more Q&A attachments have been added and there's a revised PSOW. Vendors MUST read all information in all attachments for changes/clarifications. The deadline for submitting any questions regarding this solicitation is 10:00 a.m. Eastern Standard Time, 16 May 2008. All questions, along with answers, have been combined into one document.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3bbe677b7693627126aa74adddfd90ec&tab=core&_cview=1)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN01579539-W 20080524/080522221129-3bbe677b7693627126aa74adddfd90ec (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.