Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
AWARD

V -- Lodging in Johnston, IA

Notice Date
6/11/2009
 
Notice Type
Award Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Iowa, USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-09-Q-0013
 
Response Due
5/30/2009
 
Archive Date
7/29/2009
 
Point of Contact
Renee Rausch, 515-252-4615<br />
 
E-Mail Address
USPFO for Iowa
(renee.rausch@us.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912LP-09-P-0189
 
Award Date
5/10/2009
 
Awardee
Kinseth Hospitality Company, Inc., 2 Quail Creek Road, North Liberty, Iowa 52317-9571
 
Award Amount
107489
 
Line Number
0001-0002
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request for Quotation (RFQ) number W912LP-09-Q-0013. All proposals shall reference the RFQ number and shall be submitted by 1:00 P.M. local time on 30 May 2009. The anticipated award date is 05 Jun 2009. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-32 dated 31 Mar 09. This acquisition is set-aside 100% for small business concerns; The North American Industry Classification system code (NAICS) 721110 size standard of 7M. Contract line item numbers and quantities: CLIN 0001, Lodging Accommodations for students attending a High Risk Event Planning Course- 05-09 July 2009, Qty 34 Rooms per night for a total of 170 room nights CLIN000101, One time charge for CMR Reporting; CLIN 0002, Lodging Accommodations for students attending a Statement Analysis Course- 05-09 July 2009, Qty 40 Rooms per night for a total of 200 room nights; CLIN 0003, Lodging Accommodations for students attending a Science Based Drug Education Course- 05-08 July 2009, Qty 30 Rooms per night for a total of 120 room nights; CLIN 0004, Lodging Accommodations for students attending a Clandestine Lab Course- 12-16 July 2009, Qty 44 Rooms per night for a total of 220 room nights; CLIN 0005, Lodging Accommodations for students attending a Interview and Interrogation Course- 12-16 July 2009, Qty 39 Rooms per night for a total of 195 room nights; CLIN 0006, Lodging Accommodations for students attending a Clandestine Lab Re-Cert Course- 13 July 2009, Qty 34 Rooms per night for a total of 34 room nights; CLIN 0007, Lodging Accommodations for students attending a Tactical Warrant Service Course- 19-21 July 2009, Qty 41 Rooms per night for a total of 123 room nights; CLIN 0008, Lodging Accommodations for students attending a Roadside Interviews Course- 20-22 July 2009, Qty 37 Rooms per night for a total of 111 room nights; CLIN 0009, Lodging Accommodations for students attending a Clan Lab Site Safety Officers Course- 20-22 July 2009, Qty 37 Rooms per night for a total of 111 room nights; CLIN 0010, Lodging Accommodations for students attending a Outlaw Biker Course- 20-22 July 2009, Qty 46 Rooms per night for a total of 138 room nights; CLIN 0011, Lodging Accommodations for students attending a Spanish for Jail Course- 20-22 July 2009, Qty 30 Rooms per night for a total of 90 room nights; CLIN 0012, Lodging Accommodations for students attending a Basic Narcotics Investigation Course- 26 July 06 Aug 2009, Qty 40 Rooms per night for a total of 480 room nights; CLIN 0013, Lodging Accommodations for students attending a Electronic Surveillance Course- 26-30 July 2009, Qty 26 Rooms per night for a total of 130 room nights; CLIN 0014, Lodging Accommodations for students attending a Hostage Negotiation Course- 26-30 July 2009, Qty 33 Rooms per night for a total of 165 room nights; Description of requirements for the items to be acquired: Furnish all labor, material, supervision, and associated services to carry out the Midwest Counterdrug Training Centers (MCTC) mission requirements for lodging accommodations defined in the aforementioned line item descriptions and as follows: The lodging facility must be within a five mile radius of 7105 NW 70th Ave, Johnston, IA 50131-1824. All rooms will be located at the same facility, cleaned each day, and will be non-smoking unless requested otherwise the day of check-in. Parking should be provided at no charge. Free internet access should be available at the facilities. It is preferred that the vendor provide an invoice within 21 days of services completed. Clarification for Sub CLIN 000101. Contractor Manpower Reporting (CMR) is an Army Initiative that was implemented on Mar 8, 2005 to obtain better visibility of the contractor service workforce from Contractors supporting the Army. The reporting is required for each purchase order per fiscal year. Line item arrangement is subject to change based on the number of awards made. Please read the implementation language below, it will include the web-site address in which the information is entered. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: Contract Number, Requiring Activity Unit Identification Code, Command, Contractor Contact Information, Federal Service Code, Direct Labor Hours, Direct Labor Dollars and Location Information. Reporting period will be the period of performance not to exceed 12 months ending 30 Sep of each government fiscal year and must be reported within 30 days of the last day of the contract period of performance. Places of Performance: Johnston, IA. The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx). 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the clause are applicable to the acquisition. The following clauses are incorporated by reference: 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-aside; 52.219-8, Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-19, Child Labor- Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222.50, Combating Trafficking of Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act- Price Adjustment; 52.222-44, Fair Labor Standards Act and Service Contract ActPrice Adjustment. The following clauses and provisions within 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) are applicable; 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation for Former DoD Employees; 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. The following additional clauses are incorporated by reference: 52.233-3, Protest after Award and 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. The following additional clauses and provisions are added in full text: 52.233-2, Service of Protest (CW4 Mark Thompson, USPFO, 7105 NW 70th Ave, Johnston, IA 50131-1824); All information relating to this solicitation, including the Department of Labor Wage determination, amendments, the Quality Assurance Surviellance Plan, questions and answers, will be posted on the following website: http://216.81.179.134/ebs/advertisedsolicitations.asp Sign and date your offer, then submit to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824 ATTN: 2d Lt Renee Rausch, Contract Specialist at or before 1:00 P.M. local time on 30 May 2009. For information regarding this solicitation contact 2d Lt Renee Rausch, renee.rausch@us.army.mil or CW4 Mark Thompson at mark.thompson@ia.ngb.army.mil. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address above. All answers (on a non-attribution basis) will be posted to http://216.81.179.134/ebs/advertisedsolicitations.asp. They will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the E-Mail address noted above not later than 1:00 P.M. local time on 29 May 2009. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Point of Contact is 2d Lt Renee Rausch, (515) 252-4615.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-09-Q-0013/listing.html)
 
Record
SN01842643-W 20090613/090611235809-9b20d4bab997981874444f2f8b28be33 (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.