Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

X -- Lodging/Hotel Accomodations

Notice Date
8/27/2008
 
Notice Type
Presolicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, SUPSHIP Bath, N62786 Supervisor of Shipbuilding, Conversion and Repair, USN, Bath, ME 574 Washington Street Bath, ME
 
ZIP Code
00000
 
Solicitation Number
N6278608TL002
 
Response Due
9/12/2008
 
Archive Date
9/27/2008
 
Point of Contact
J. Harmon 207-442-2476
 
Small Business Set-Aside
N/A
 
Description
This combined synopsis/solicitation is being re-issued with a new Period of Performance. 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 N62786-08-T-L001 applies. Quotes must be received by 12:00 p.m. EST on September 12, 2008 to be considered. The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and DFARS Change Notice (DCN) 20080812. The North American Industry Classification System Code (NAICS) is 721110. This will be a firm fixed price contract and will be awarded utilizing Simplified Acquisition Procedures under the Test Program for Certain Commercial Items as in FAR 13.5. Award will be made to the contractor that represents the best value to the Government. SUPSHIP Bath has a requirement to provide lodging/hotel accommodations for Naval Personnel assigned to LCS as per following statement of work: Statement of Work: 1. Background: 1.1 Supervisor of Shipbuilding, Bath, Maine Detachment Mobile, Alabama has a requirement to provide lodging for approximately eighty-four (84) U.S. Navy personnel reporting for duty onboard new construction vessel at Austal U.S.A. shipyard located in Mobile, Alabama. 2. Period of Performance: 2.1 14 October 2008 through crew move-aboard currently projected to be 31 May 2008. This period of performance is tentative and subject to change. Additional option months will be included in resulting contract award. 3. Scope of Work: 3.1 The contractor shall provide forty-five (45) extended-stay lodgings to accommodate a varying flow of personnel occupancy throughout the period of performance stated in 2.1. A breakdown of room compositions is as follows: 3.1.1 quantity-6 Single rooms w/Private Bath quantity-6 Double rooms w/Private Bath quantity-33 Double rooms w/Shared Bath; 3.2 The total number and composition of rooms may be adjusted up or down if changes are deemed necessary due to mission requirements. It is estimated that an increase/decrease of no more than 4 room(s) could be requested if additional or decreased personnel lodging requirements are required prior to, or during the period of performance. If an increase in the number of rooms is necessary, the Contracting Officer shall be notified by the Authorized Billeting Coordinator (on-site) and a modification will be issued to cover the increase. Notification of such modifications will be provided to the contractor no later than 5 days prior to required date; 3.3 In accordance with Unified Facilities Criteria (UFC) Code 10 Force Protection Requirements, we require that personnel be separated between (2) lodging facilities due to the total estimated number of occupants. Number of Military members cannot exceed 25% of the total occupancy of lodging facility. ; 3.4 Lodging facility(s) shall comply with the Hotel and Motel Fire Safety Act of 1990, 15 U.S.C. 2201 ETESO (Public Law 100-3911), have a proper FEMA certification number and meet minimum Federal, State and Local standards for hotels; 3.5 Lodging facility(s) is/are to be located within a 10 mile radius to the Pre-commissioning Office facility located at 4851 Museum Drive, Mobile, AL 36608. ; 4. Additional Information: 4.1 Housekeeping Service: Shall be in accordance with standard hotel housekeeping practices; 4.2 Room Amenities: Each room shall be equipped with a kitchenette, to include a microwave or stove and a refrigerator; bathroom with sink outside bathroom/shower area; telephone; television with cable or satellite TV; 4.3 Additional Facilities: Lodging facility(s) shall have a self-service laundry facility located within the building and commercial exercise/fitness equipment facility available. 4.4 Incidental Costs Incurred: All charges incurred for incidental costs (including meals, pay per view, telephone service, honor bar, etc.) will be borne by the individual. The Government will not be responsible for these charges; 4.5 Pre-Award Site Visit: The Government reserves the right to conduct a pre-award site visit to determine suitability of facility. This visit may be impromptu or scheduled. 5. Contacts: Purchasing Agent/Invoice Payments: Julie Harmon, telephone #: (207) 442-2476; e-mail: harmonjm@supship.navy.mil ; Authorized Billeting Coordinator (On-Site): Jim Payne, telephone #: (251) 457-8971; e-mail: james.k.payne@navy.milNote: On-Site Agent does not have authority to obligate the Government for additional rooms. All contract changes must come from the Contracting Officer. ; Contracting Officer: James M. Langbehn, telephone #: (207) 442-3009; e-mail: langbehnjm@supship.navy.mil Vendor must provide valid Commercial and Government Entity (CAGE) Code, DUNS number and Tax ID number. To be eligible for award, you must be properly registered in the Central Contractor Registry at www.ccr.gov. Proposals/offers may be submitted either via e-mail to harmonjm@supship.navy.mil or via fax to (207) 442-3268. Clauses/provisions: FAR 52.203-6 Alt 1; 52.204-6; 52.204-7; 52.212-1; 52.212-3; 52.212-4; 52.212-5; 52.215-5 Alt 1; 52.216-24; 52.216-25; 52.225-1; 52.225-13. Note: 1
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c497effd935ee4aa36bb91be45f3234b&tab=core&_cview=1)
 
Record
SN01653069-W 20080829/080827222024-1d6d89ff19fe87f57fc062d2ca180468 (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.