Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2008 FBO #2457
SOLICITATION NOTICE

X -- LEASE OF HOTEL ROOMS

Notice Date
8/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Campbell, ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-08-T-0053
 
Response Due
8/28/2008
 
Archive Date
10/27/2008
 
Point of Contact
shirley.banks, 270-798-7857<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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 W91248-08-T-0053 is issued as a Request for Quotation (RFQ). This is a total small business set-aside for lodging services within 20-mile radius of Gate 4, Ft Campbell, KY. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The NAICS Code is 721110 and the small business size standard is $6,500,000. Wage Determination 2005-2187 Rev #5 applies for the maid position. This acquisition will result in multiple Blanket Purchase Agreements with Firm Fixed Price (FFP) utilizing simplified commercial acquisition procedures under full and open competition. This requirement is for contract housing AS THE NEED MAY OCCUR in commercial hotel facilities within a 20-mile radius of Gate 4, Ft Campbell, KY 42223. This requirement is for CLIN 0001 ESTIMATED QUANTITY OF 300 Single Bed Rooms and CLIN 0002- ESTIMATED QUANTITY OF 300 Single Bed Rooms. Not all quantities will be used at all times at all successful hotels. The Government reserves the right to contract for hotel rooms on an as needed basis for the next year for any mission it may encounter servicing Ft Campbell, KY. THE OFFER SHALL SPECIFY HOW MANY ROOMS IT MAY HAVE AVAILABLE FOR THIS OFFER. The Quantities may be changed prior to award dependent upon the mission of the unit. AMENITIES:The hotel rooms must be located at the same location and have a MINIMUM of 250 square foot (minimum of 15 X 15 Foot living space not including bathroom)for a single room,with ground floor access or access by elevator, refrigerator and microwave in every room, television and telephone. ADDITIONALLY, the facility must within 3 blocks walking distance of restaurants. All rooms shall be cleaned daily unless notice is given to not clean for the day by the personnel, clean towel exchange shall occur no less than three (3) times a week; trash removal/collection service shall occur on a daily basis (unless notice is given by the personnel); rooms shall be vacuumed no less than one (1) day a week; and clean bed linen service shall occur no less than one (1) day a week. The Contractors facility shall comply will all applicable health, fire, and safety codes and regulations and verification of compliance is mandatory by the Contracting Office prior to award. If the Contractor fails to provide satisfactory proof of compliance the offer shall be rejected. Checks will be made with the local police/sheriff department for verification also.The Government will not be responsible for any miscellaneous charges incurred by the individual occupants. The Contractor must clearly outline to each occupant which miscellaneous services are not covered by this contract such as personal telephone charges, pay-per-view movies, room service, and other such services available at additional costs and how occupant will be charged by the Contractor for those services. The Government is under no obligation to provide services for accompanying spouses or visitors. Charges for spouses or visitors shall be between the Contractor and the occupant. The Contractor shall have a Quality Plan in place to ensure that the facilities meet the state and local health, sanitation and fire prevention standards and that the inspections are being conducted in accordance with said plan and the Quality Plan shall be verified by the Contracting Office prior to award. If an acceptable Quality Plan is not verified then the offer shall be rejected. At the direction of the Contracting Officer, the Contractor shall unlock any room occupied by the Government to allow access by Government Officials. The hotel is responsible for physical security of the facility/location to ensure safety of the clientele. By 6:00 P.M. CST everyday, a Government appointed Point of Contact shall notify the hotel if rooms are not to be used that night. In the event a hotel receives this notification the Government will not pay for the affected rooms for that night. The hotel is free to lease the rooms for that night to any commercial customer. The Government is not responsible for payment of those rooms that were released by the Point of Contact for that night. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL/TERMINATE ANY OR ALL PORTIONS OF THE CONTRACT UPON SUCCESSFUL NOTIFICATION TO THE CONTRACTOR. THE CONTRACTOR SHALL WAIVE ANY CHARGES AGAINST THE GOVERNMENT DUE TO THE CANCELLATION/TERMINATION AND RELEASE IT FROM ALL OBLIGATIONS UNDER THE CONTRACT IF THE GOVERNMENT GIVES THE REQUIRED ADVANCE NOTICE OF TERMINATION VIA MODIFICATION OF ALL, OR ANY PORTION, OF THIS CONTRACT. THE GOVERNMENT WILL ONLY PAY FOR ROOMS OCCUPIED. THE GOVERNMENT RESERVES THE RIGHT TO SHIFT LODGING DATE AND/OR CANCEL COMPLETELY NLT 5 DAYS PRIOR TO THE START DATE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THE PURCHASE ORDERS IS LODGING FACILITY IS UNSATISFACTORY. No changes to any resulting purchase order are authorized unless issued by a Government Contracting Officer. Award will be based on best value to the Government, which includes priced and non-priced factors such as room rates and amenities listed above. The Government reserves the right to award to other than lowest price if determined to be in the best interest of the Government. The Government may make multiple awards to the responsive and responsible offerors whose offers are most advantageous to the Government considering price and non-price related factors. The solicitation incorporates in full force and effect the Wage Determination 2005-2187 REV 4. The provision at 52.212-1 Instructions to Offerors-Commercial Items is applicable and is addended as follows: This provision is further addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information http://acqnet.saalt.army.mil/library/default.htm); 252.209-7003 Compliance with Veterans Employment Reporting Requirements. The provision at 52.212-2 Evaluation-Commercial Items is applicable; Award will be based on best value to the Government, which includes priced and non-priced factors such as room rates and amenities listed above. Price and Amenities listed above are the evaluation criteria in Paragraph (a). Availability of rooms is slightly more important than price. The Government intends to make multiple awards to the responsive and responsible offerors whose offers are most advantageous to the Government considering price and non-price related factors. Offerors are instructed to submit completed copies of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with offers (and include CCR, DUNS Number, CAGE CODE, and Tax ID Number with their offer.). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, and is addended to incorporate the following clauses: 52.219-6 Notice of Total Small Business Set-Aside; 52.232-17 Interest; 52.252-2 Clauses Incorporated by Reference (Fill-in information http://acqnet.saalt.army.mil/library/default.htm); 252.201-7000 Contracting Officers Representative; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A - Required Central Contractor Registration; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.242-7000 Postaward Conference; and 252.243-7001 Pricing of Contract Modifications. The clause at FAR 52.204-7 Central Contractor Registration, DFARS 252.232-7003 Electronic Submission of Payment Requests, 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Ear; 52.222-50 Combating Trafficking in Persons; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items are applicable. Clause are hereby incorporated. FAR 52.214-31 Facsimile Bids; FAR 52.222-3 Convict Labor, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance, FAR 52.222-41 Service Contract Actof 1965 as Amended, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.252-6 Authorized Deviations in Clauses. The offeror shall also include information on amenities offered at the offerors facility. Offers are due not later than 12:00 NOON C.S.T. P.M. 28 August 2008. All responsible sources may submit an offer, which will be considered by the agency. Submit offers to Directorate of Contracting, ATTN: Regina Harris, 2172 13 Street, Fort Campbell, KY 42223-5358. Contact Regina Harris 270-798-7826, regina.harris@usl.army.mil for information regarding the solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9c8b93be8844df05d1acbb86b9f10abd&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13.5 & Indiana Streets Fort Campbell KY<br />
Zip Code: 42223-1100<br />
 
Record
SN01642629-W 20080818/080816215022-9c8b93be8844df05d1acbb86b9f10abd (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.