Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOLICITATION NOTICE

X -- Combined Synopsis/SolicitationToProvide lodging For the (CMAOC) Casualty and Mortuary Affairs Operations Center

Notice Date
4/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-09-R-0079
 
Response Due
4/13/2009
 
Archive Date
6/12/2009
 
Point of Contact
Richard White, 703-428-0435<br />
 
Small Business Set-Aside
N/A
 
Description
(I)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. (II) The solicitation document is issued as a request for proposal (RFP). Submit written proposals on RFP number RFQ W91WAW-09-R-0079. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 15 January 2009. (IV) The North American Industry Classification System (NAICS) code is 721110 and the size standard is $7 million. The acquisition will be issued as unrestricted. (V) This combined solicitation/synopsis is to establish Blanket Purchase Agreements(BPA)for the following commercial services: Provide lodging for Family members of decreased Soldiers awaiting further transportation to Dover, Air Force Base (AFB). Lodging facilities must be within 15 mile radius of Dover, AFB or within 10 miles of the following airports: 1. Washington Dulles International Airport, 2. Ronald Reagan Washington National Airport, 3. Baltimore-Washington International Airport, and 4. Philadelphia International Airport. Contractors shall provide the unit price for the below listed requirements: ITEM NO -- SUPPLIES/SERVICES -- QUANTITY -- UNIT- UNIT PRICE - AMOUNT 0001 EACH 0.00 0.00 One (1) Bedroom 0002 EACH 0.00 0.00 Two (2) Bedroom 0003 EACH 0.00 0.00 Three (3) Bedroom OPTION YEAR ONE (1) 1001 EACH 0.00 0.00 One (1) Bedroom 1002 EACH 0.00 0.00 Two (2) Bedroom 1003 EACH 0.00 0.00 Three (3) Bedroom OPTION YEAR TWO (2) 2001 EACH 0.00 0.00 One (1) Bedroom 2002 EACH 0.00 0.00 Two (2) Bedroom 2003 EACH 0.00 0.00 Three (3) Bedroom OPTION YEAR THREE (3) 3001 EACH 0.00 0.00 One (1) Bedroom 3002 EACH 0.00 0.00 Two (2) Bedroom 3003 EACH 0.00 0.00 Three (3) Bedroom OPTION YEAR FOUR (4) 4001 EACH 0.00 0.00 One (1) Bedroom 4002 EACH 0.00 0.00 Two (2) Bedroom 4003 EACH 0.00 0.00 Three (3) Bedroom (VI) STATEMENT OF WORK 1.0 Background The Army has a requirement to provide lodging for the Family members of U.S. Service members killed in support of Operations Enduring Freedom and Iraqi Freedom (OEF/OIF) and whose remains are transported to the Dover Port Mortuary, Dover AFB, Delaware for processing. 2.0 Objectives Provide lodging for Family members of deceased Soldiers awaiting further transportation to Dover, AFB, DE. Lodging facilities must be within a 15 mile radius of Dover, AFB or within 2 miles of the following airports: 1. Dulles International Airport, Chantilly, Virginia 2. Reagan National Airport, Washington, D.C 3. Baltimore-Washington International Airport, Baltimore, Maryland 4. Philadelphia International Airport, Philadelphia, Pennsylvania 3.0 Specific Tasks 3.1 Contractor shall reserve 25 standard rooms (combination of one, two, and three bedroom suites) and two handicapped accessible rooms. 3.2 The handicap accessible rooms must comply with the standards for accessibility to buildings and facilities by individuals with disabilities under the Americans with Disabilities Act (ADA) of 1990. 3.3 Contractor shall provide refrigerator equipped rooms or provide access to a refrigerator to store medicine. 3.4 The contractor must hold 25 rooms daily until 1:00PM (EST) (or until sooner released by the Army) without charge to the Army. The Army will pay only for rooms actually occupied. 3.5 The contractor shall provide shuttle service (except in Dover) to and from the airport to the hotel. The hours of the shuttle service will be avaliable at least from 06:00 AM to 06:00 PM EST. 3.6 The contractor must with Defense Finance and Accounting Service (DFAS) and have the ability to accept payment by Government Purchase Card (GPC) or Electronic Funds Transfer (EFT). 4.0 Contract Type: Blanket Purchase Agreement with Firm Fixed Price Rates. 5.0 Government furnished equipment and Government-furnished information. N/A. 6.0 Security. N/A. 7.0 Place of Performance(s): Dover, Delaware, Chantilly, Virginia, Arlington, VA, Baltimore, Maryland, and Philadelphia, Pennsylvania. 8.0 Period of Performance: The period of performance shall be from date of contract award for twelve (12) months with four (4) twelve month option periods. 9.0 Point of Contact: To Be Determined (TBD). (VII) Period of Performance (POP): Base Year : 12 months after the effective date of award with four (4) option years. (VIII) The provision 52.212-1 -- Instructions to Offerors -- Commercial Items, applies to this acquisition. (IX) The provision at FAR 52.212-2 Evaluation -- Commercial Items applies to this acquisition. The following factors shall be used to evaluate offers 1. Factor 1 Technical a. Sub-factor 1: Technical Capabilities. The Government will evaluate the offerors ability to provide the resources and comply with the requirements as outlined in the Performance Work Statement (PWS). b. Sub-factor 2: Vicinity to Dover, AFB and major airports. The Government will evaluate the offerors distance from Dover AFB and major airports as listed in the Performance Work Statement (PWS). c. Sub-factor 3: Compliance with ADA. The Government will evaluate the offerors ability to comply with the ADA requirements for handicap accessible rooms. 2. Factor 2 Price The Government will evaluate offerors price to determine that the prices are fair and reasonable. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b) (2). The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). No adjectival ratings will be used to evaluate Price. Adjectival Ratings. The following adjectival ratings will be used: Factor 1 will be rated using the following Adjectival Scale ADJECTIVAL DEFINITION ACCEPTABLEThe proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes strengths which significantly outweigh the weaknesses. The risk of unsuccessful performance is at least moderate, as the proposal solutions are feasible and practical. These solutions are further considered to reflect moderate risk in that they are clear and precise, fully supported, and demonstrate an understanding of the requirement. UNACCEPTABLEThe proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has numerous weaknesses which outweigh the strengths. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions are further considered to reflect very high risk in that they lack clarity or precision, are unsupported, and do not demonstrate a complete understanding of the requirement. (End of clause) (X). The provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items(By Reference), applies to this acquisition, the offeror must submit a completed copy of with its quote. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions (By Reference), applies to this acquisition. (XII) The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items is applies to this acquisition Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (17) 52.222-3, Convict Labor (June 2003)(E.O. 11755). _X_ (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (21) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). _X_ (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). _X_ (24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). Office of Foreign Assets Control of the Department of the Treasury). _X_ (38) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003)(31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractors directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1)(i) through (xi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (ii) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (iii) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (iv) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (v) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (vi) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (vii) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (viii) 52.222-54, Employment Eligibility Verification (Jan 2009). (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (XIII) The Government intends to award Blanket Purchase Agreement (BPA) with a firm-fixed-price order resulting from this combined synopsis/solicitation. (XIV) N/A (XV) Quotes are required to be received in the contracting office no later than 05:00 PM EST on April 13, 2009. All quotes must be emailed to the attention of, Richard W. White @ Email: richard.white20@us.army.mil (XVI) Any questions regarding this solicitation should be directed to Richard White, Contract Specialist, 703-428-0435 Work, and email: richard.white20@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1286ba5a795018c506a08da59b97b4f0&tab=core&_cview=1)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 200 Stovall Street, Floor 4 Alexandria VA<br />
Zip Code: 22331-0001<br />
 
Record
SN01788103-W 20090410/090408215450-1286ba5a795018c506a08da59b97b4f0 (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.