Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2009 FBO #2645
SOLICITATION NOTICE

X -- Ten Single Hotel Rooms for 27 nights in Phoenix, Arizona area

Notice Date
2/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MS, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536-0001, United States
 
ZIP Code
20536-0001
 
Solicitation Number
HSCEMS-09-Q-00008
 
Archive Date
3/9/2009
 
Point of Contact
Christine M. Young,, Phone: 202-732-2619, Wanda Cruz,, Phone: 202-732-2594
 
E-Mail Address
chris.young@associates.dhs.gov, wanda.cruz@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.603, 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 HSCEMS-09-Q-00008 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under FAR Part 13. The DHS-ICE Office of Acquisition Management, Washington, DC, is soliciting for and to award a Firm-Fixed-Price purchase order for a total of ten Hotel guest rooms for ten invitational Law Enforcement Officers in the Phoenix, Arizona area for a total of 27 nights. This acquisition is being solicited as a 100% small business set aside. The North American Industry Classification System (NAICS) code is 721110 with a small business size standard of $7 million. Interested parties must quote on all items. Partial quotes will not be accepted. Only one (1) award will be made as a result of this combined synopsis/solicitation. The Contractor shall propose the following Contract Line Item Number (CLIN): (CLIN) 0001 – Contractor shall provide Hotel Lodging for Ten (10) Each, single occupancy hotel rooms: $_____/Night X 10 Each Rooms X 27 Nights = $________; service period, ICE personnel will check into the hotel on 15 March 2009 and will check out of the hotel on 11 April 2009. The Statement of Work: The total proposed price shall be all inclusive and exclude all taxes. The vendor shall provide ten (10) guest rooms for the period of 15 March 2009 to 11 April 2009 for (27 nights). (1) The hotel must be located within a 12 mile radius of the 2600 (block) S. 35th Ave, Phoenix, AZ. (2) The hotel must have an interior corridor. (3) The hotel must have an on-site restaurant. (4) The hotel must have a guest laundry service or facility. (3) The hotel must be secure, providing a safe environment. (5) Provide single occupancy rooms to include: One queen size bed, or two double beds, or a King sized bed, television, telephone, equipped with the adequate lighting and hot and cold fresh water, adequate heating, air conditioning, and ventilation, and restroom and shower facilities. Daily maid services shall be provided to clean the room, disinfect the sanitary area and trash removal. Clean washcloths and towels shall be provided daily. All rooms reserved will be non-smoking rooms. (6) Charges: Telephone calls, meals, beverages, room services, movies or other lodging services are not chargeable to ICE, nor are to be shown on any purchase order billing documents for the individual rooms. The individual room occupants will be fully responsible for any additional charges incurred during the time of their stay at the hotel. The following provisions and clauses will be in the purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items), NOTE: 52.212-1 must be reviewed completely in containing the guidelines for submission of your quotation. 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items) All vendors shall submit a complete copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with your quote. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. Addendum to FAR 52.212-4 are hereby incorporated by reference or full text as applicable: FAR 52.247-34 FOB Destination; 52.219-6 Notice of Small Business Set-aside-Jul 1996; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies with following applicable clauses for paragraph (b): FAR 52.219-4 Restrictions on Subcontractor Sales to the Government; FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.222-21 Prohibition on Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.232-22 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.204-8 Annual Representations and Certifications; HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates. End of Clauses/Provisions. Contractors must have a valid Cage Code and DUNS number. By submission of an offer, the offeror acknowledges that a prospective awardee must be registered in the Central Contractor Registration (CCR) database at http://www.ccr.gov prior to award, during performance, and through final payment of any contract resulting from this solicitation. Lack of registration in the CCR database will make an offeror ineligible for award. Inspection and acceptance will be made at destination. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offerors are listed in order of importance: (1) Capability to meet the Statement of Work requirements, (2) Past Performance and (3) Price. 1) Capability: To determine the hotels capabilities, the contractor must furnish information regarding the hotel features and facilities that are being offered. Descriptive brochures, literature or pictures that provide pertinent information will be accepted and reviewed. Data must be submitted with a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. 2) Past Performance: The quoter must provide references for at least three (3) federal government contracts/purchase orders for the same or similar services. Contracts should have been awarded within the past three (3) years. Contact information for each reference shall include the following: Contract type, Contract number, Contract value, Point of contact name and phone number, Type of services provided, List any problems encountered on each contract and the contractor’s corrective actions. 3) Price: The Government will evaluate price in comparison to the quotes received. Ability to meet the requirements set forth in this RFQ shall be demonstrated by the contractor's submission of a signed quotation which has not taken exception to the schedule. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The Government reserves the right to make award to other than low offeror when it has been determined by the Contracting Officer to be in the best interest of the Government. The anticipated award date is 10 March 2009. Quotation information may be submitted electronically via e-mail, or by fax. Submit responses to: Immigration and Customs Enforcement (ICE), Department of Homeland Security, 801 I St NW, Suite 980, Washington, DC 20356, Attn: Chris Young, Contract Specialist telephone 202-732-2619, facsimile 202-732-7201, chrisyoung@associates.dhs.gov Reference solicitation number: HSCEMS-09-Q-00008 on all documents and requests for information. The response date for this solicitation is 5 March 2009 at 3:00 pm Eastern Standard time. Notification of any revisions to this solicitation will be provided via the Federal Business Opportunities (FBO) website at http://www.fbo.gov. All questions or inquires must be submitted in writing prior to 1:00 p.m. Eastern Standard Time, 3 March 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b76d13dc078f6cb0e9e400279f7581d3&tab=core&_cview=1)
 
Place of Performance
Address: Phoenix, Arizona, Phoenix, Arizona, 85009, United States
Zip Code: 85009
 
Record
SN01754392-W 20090222/090220215543-b76d13dc078f6cb0e9e400279f7581d3 (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.