Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2009 FBO #2777
SOLICITATION NOTICE

X -- LODGING

Notice Date
7/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, Army Reserve Contracting Center - West, Army Reserve Contracting Center - West, Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
 
ZIP Code
93955
 
Solicitation Number
W90A9167N324
 
Response Due
7/2/2009
 
Archive Date
8/31/2009
 
Point of Contact
PETT A. ARANTON, 831-242-6577<br />
 
E-Mail Address
Army Reserve Contracting Center - West
(pett.a.aranton@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. Please submit your offer today, 2 July 2009, NLT 1:00PM PST. The Department of the Army, Mission & Installation Contracting Command Enterprise & Installation Operations, MICC, Presidio of Monterey, CA, is seeking for a hotel that can provide the following requirement: 1. 33 Double Occupancy Rooms (each with two double beds) for 14 nights. For the period: check-in 6 July 2009, check-out 20 July 2009 (14 nights x 33 rooms = 462). Lodging 462 each $__________ 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) Award will be made to the Lowest Price Technically Acceptable offeror. In order to be technically acceptable, offerors must meet the following minimum factors or salient characteristics: 1. Have a 2-Star or higher rating based on Hotels.coms rating system. 2. Must be within 10 miles from Camp Pendleton Reserve Center, CA 92058 3. Must have 33 rooms to accommodate the soldiers on 6-20 July 2009. A firm fixed price contract is contemplated. This combined synopsis/solicitation is the only information you will receive, no separate solicitation or paper copies will be provided. 52.212-1Instructions to OfferorsCommercial items (Jun 2008) 52.212-3, Offerors Representations and Certifications Commercial Items The offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications 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 (k) of this provision. 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.219-6 Notice of Total Small Business Set Aside FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-36 Payment by Third Party (Credit Card) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 252.225-7001 Buy America and Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.211-7003 Item Identification and Valuation 52.243-1 Alt 1 252.246-7000 Material Inspection and Receiving report Full texts of these clauses are available at: http://farsite.hill.af.mil or http://www.arnet.gov/far/index.html Please indicate on your proposal if you will accept the government purchase card as the payment method. If the contractor does not accept the government purchase card the contractor shall submit payment request(s) using Wide Area Workflow (WAWF). WAWF is the mandatory method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. Additional WAWF Instructions will be provided upon receipt of order. All questions must be addressed to Pett A. Aranton Mission & Installation Contracting Command Enterprise & Installation Operations MICC DOC - Presidio of Monterey Office of the Director Bldg 4385, Suite 2206 400 Gigling Road, Seaside CA 93955-6771 (831)242-6577 DSN: 768 Fax: (831)242-6585 Pett.a.aranton@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABK27/W90A9167N324/listing.html)
 
Place of Performance
Address: Army Reserve Contracting Center - West Bldg 4385, Suite 2041, 400 Gigling Road Seaside CA<br />
Zip Code: 93955<br />
 
Record
SN01865185-W 20090704/090703002130-6f76b6684f908976539bcc345ce13a18 (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.