Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2009 FBO #2630
SOLICITATION NOTICE

V -- Motel accommodations - MUST BE FULL EFFICIENCY UNITS

Notice Date
2/5/2009
 
Notice Type
Presolicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK, PORTSMOUTH NAVAL SHIPYARD ANNEX, N00189 FISC NORFOLK, PORTSMOUTH NAVAL SHIPYARD ANNEX Building 153, 6th Floor Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N0018909QP526
 
Response Due
2/13/2009
 
Archive Date
2/13/2010
 
Point of Contact
Victoria Cook 207-438-3881 Same as above.<br />
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-09-Q-P526. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-29 and DFARS Change Notice 2009-0115. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is! 721110 and the Small Business Standard is $7.0 million. This is a unrestricted action. The Portsmouth Naval Shipyard FISC Norfolk Annex requests responses from qualified sources capable of providing: Motel accommodations, full efficiency units only. Period of performance is 03/04/09 through 05/04/09. Rooms are cumulative per the attached schedule. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including Service Contract Act, Convict Labor, Utilization of Small Business Concerns, Child Labor, Prohibition of Segregated Facilities, Equal Opportunity Affirmative Action for Workers with Disabilities, EEO for Special Disabled Vets and other eligible Veterans, Notification of employee reports concerning payment of union dues, Combating Trafficking in persons, Energy Efficiency, Buy American Act--Supplies, Payment by Electronic Funds Transfer/CCR, Privacy or Security Safeguards and Accepting and Dispensing of $1 coin. Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. This announcement will close at 3:30 PM ET local time on 13 FEB 09. Contact Victoria Cook who can be reached at email victoria.cook @navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. When evaluation factors are used include:FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and a determination to meet the minimum room specifications as shown in Section C. All offerors must pass a site visit as conducted by personnel from this activity to be considered for an award. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name, email address, phone/fax numbers and business size. Payment terms are Net 30 days. Invoices will be paid utilizing the Wide Area Work Flow (WAWF) program. Download the attached Request for Quote and submit your offer via facsimile at 207-438-1251 or email. Mailed responses can be sent to: Portsmouth Nav! al Shipyard, FISC Norfolk Annex, Supply Dept/Contracts Division, Bldg. 153, Code 535.VC, Portsmouth, NH 03801-2590. Please confirm receipt.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=13288593aac911a6dec480b4dd95848d&tab=core&_cview=1)
 
Record
SN01744871-W 20090207/090205215642-a01aa35d17de338694b25e1f6a0f4978 (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.