Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
SOLICITATION NOTICE

X -- Lodging and Meals

Notice Date
2/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USAR Contracting Center - West, Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
 
ZIP Code
93955
 
Solicitation Number
W1EC3900150004
 
Response Due
2/24/2010
 
Archive Date
4/25/2010
 
Point of Contact
PETT A. ARANTON, 831-242-6577
 
E-Mail Address
USAR 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. The Mission and Installation Contracting Command-West, Presidio of Monterey has a requirement for a hotel that can provide 16 sleeping rooms with two double beds in each room. In addition to the rooms we will also require a conference room large enough to accommodate 32 personnel for three days, Audio visual support, and Breakfast, Lunch and Dinner (buffet). All services and meal shall be provided at a single location under one roof. 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. Proposals for the requirement will be due Wednesday 24 February 2010, at 10:00 am (PST). This acquisition is unrestricted and all eligible contractors operating under the selected NAICS may participate. The North American Industry Classification System (NAICS) code for this project is 721110. The contract will be a single award, Firm-Fixed-Price type contract. For information on how to register your company on FBO, to view or receive updates and notifications to the solicitation, please reference the FBO Vendor Guide located on the FBO web site home page. NO paper copies of the solicitation will be furnished. Prospective contractors must be registered in the Central Contractor Registration Database (www.ccr.gov), prior to award of a government contract. Offerors are further advised that failure to register in the DOD Central Registration Database may render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. The point of contact for this requirement is Pett A. Aranton, pett.a.aranton@us.army.mil. 0001. Sleeping room 32 ea $______________ 26 February -27 February (with double bed in each room) 0002. Audio Visual 3 days $ ______________ Projector, screen, microphone & speakers in the conference room 26 February-28 February 0003. Conference room 3 days $______________ Contractor shall provide coffee, water and snack in the conference room. 0004. Breakfast 64 ea $ ______________ Saturday/27 February 8:00am-9:00am Sunday/28 February 8:00am-9am 0005. Lunch 64 ea $_____________ Saturday/27 February 12:00pm-1:00pm Sunday/28 February 12:00pm-1:00pm 0006. Dinner 64 each $ _________ Friday/26 February 7:00pm-8:00pm Saturday/27 February 5:00pm-6:00pm 52.212-1Instructions to OfferorsCommercial items (Jun 2008) 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 3-Star or higher rating based on Hotels.coms rating system. 2. Must be within 20 miles of the San Francisco City Hall, 1 Carlton B. Goodlett, San Francisco, CA 94102. 3. Must be able to provide 16 sleeping rooms with two double beds in each room. 4. Must be able to provide the conference room and dining facility at a single location under one roof. Full texts of these clauses are available at: http://farsite.hill.af.mil or http://www.arnet.gov/far/index.html The following additional FAR clauses cited in this clause are applicable: 52.212-3, Offerors Representations and Certifications Commercial Items at http://orca.bpn.gov 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. 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 52.232-33 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 Changes Fixed Price (Aug 1987) 252.246-7000 Material Inspection and Receiving report
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/243a79047263bc50edc7d570d54b01e1)
 
Place of Performance
Address: USAR Contracting Center - West Bldg 4385, Suite 2041, 400 Gigling Road Seaside CA
Zip Code: 93955
 
Record
SN02067909-W 20100220/100218234522-243a79047263bc50edc7d570d54b01e1 (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.