Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2009 FBO #2614
SOLICITATION NOTICE

99 -- Provide lodging and meal accommodation to soldiers in the Norfolk/Virginia Beach area on an as needed basis.

Notice Date
1/20/2009
 
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 Jackson, ACA, Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
 
ZIP Code
29207-5491
 
Solicitation Number
W9124C-09-T-0004
 
Response Due
2/10/2009
 
Archive Date
4/11/2009
 
Point of Contact
CYNTHIA HALL, 803-751-4343<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items Blanket Purchase Agreement (BPA) prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is W9124C-09-T-0004 is hereby issued as a Request for Quote (RFQ). This requirement is being advertised as full and open unrestricted. All responsible sources may submit an offer, which shall be considered by this agency. The NAICS code is 721110 and the size standard is less than $7.0 MIL. The acquisition is a firm fixed priced BPA in support of the Task Force NARMC, Fort Jackson, SC. The Task Force NARMC requires professional services for lodging support for soldiers going to Camp Pendleton, VA. Travel and per diem costs shall be included in the price of the proposal submitted to the contracting officer. If travel is not included in the price of the proposal, the proposal will be excluded from the bidding process. The following clauses are applicable to this acquisition: Far 52.212-1 Instructions to Offerors-Commerical Items, FAR 52.212-2 Evaluation Commercial Items, FAR 52.212-3 Offeror Representations and Certifications Commercial Items, Far 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (2006) (Dev) and DFARS 252.212-7001 Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Offers will be evaluated using the evaluation criteria outlined in FAR 13. The award (s) will be made to the vendor(s) whose proposal is most advantageous to the Government. The evaluated non-cost factors for this acquisition shall be location, lodging availability, on-site restaurant and being registered on the FEMA list. Past Performance will not be an evaluation factor in this acquisition. This requires that lodging and meals be provided for Medical Hold Soldiers on an as needed basis. Based on historical information, the average number of rooms per month is 14 and the rooms may be single or double. The average length of stay is three (3) days and the average number of meals per soldier is three (3). Due to the fact that the government is unable to anticipate the number of rooms that will be needed at any given time, the successful offeror(s) must be prepared to have rooms available upon request. To accommodate the government needs the government anticipates awarding multiple BPAs. The government requires that there be a restaurant located within the hotel which can provide breakfast, lunch and dinner to the soldiers. The hotel must be within a seven (7) mile radius of the Norfolk airport or a seven (7) mile radius of the State Military Reservation. The proposed rates for lodging and meals should at no time exceed the Joint Federal Travel Regulation (JTR) rates. Due to the location of the requirement, the government will authorize multiple rates based on the time of the year the service will be provided. Offerors should provide rates for the following: Meals, breakfast, lunch, and dinner. The period of performance for the BPA will run 3/15/2009 through 3/14/2010 (base period), 3/15/2010 through 3/14/2011 (option 1), 3/15/2011 through 3/14/2012 (option 2), 3/15/2012 through 3/14/2013 (option 3), and 3/15/2014 through 3/14/2014 (option 4). Facility must be registered with FEMA Fire Prevention and Control. The Government reserves the sole right to cancel after award, if lodging facility is unsatisfactory or found to be non-compliant with the requirements. Vendors who respond to this solicitation should provide a price per each meal and rooms as outlined above. All costs must be included in the quote. Vendors shall also certify the mileage of the proposed location from Norfolk Airport or the State Military Reservation located at 1096 South Birdneck Rd. Virginia Beach, VA 23451. Please provide tax identification number. Offeror(s) Representations and Certifications shall be completed in ORCA at https://orca.bpn.gov/ prior to submission of quote. Quotes are due in this office no later than Wednesday, February 10, 2009, at 12:00 PM EST. They can be emailed to Cynthia.m.hall@us.army.mil or facsimile to 803-751-5429 or 5234. Point of Contact referencing this solicitation is Cynthia Hall (Contracting Officer) at 803-751-4343.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2e0fee9a5ae67a8a1a5ad9d026901565&tab=core&_cview=1)
 
Place of Performance
Address: MICC, Fort Jackson Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC<br />
Zip Code: 29207-5491<br />
 
Record
SN01735055-W 20090122/090121063424-2e0fee9a5ae67a8a1a5ad9d026901565 (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.