Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOLICITATION NOTICE

V -- Lodging Combined Synopsis/solicitation for Fort Dix, NJ Area Blanket Purchase Agreements

Notice Date
5/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USAR Contracting Center - East (Dix), 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
W911S110TBPA1
 
Response Due
5/20/2010
 
Archive Date
7/19/2010
 
Point of Contact
Lori Cahill, 609-562-3195
 
E-Mail Address
USAR Contracting Center - East (Dix)
(lori.cahill@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. 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; quotes are being requested and a written solicitation will not be issued. Solicitation, W911S1-10-T-BPA1 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-40. This requirement is an unrestricted acquisition. The NAICS code is 721110 Hotels (except Casino Hotels) and Motels, and the size standard is $7,000,000. The Mission & Installation Contracting Center, DOC-East is seeking vendors willing to enter into Blanket Purchase Agreements for hotel lodging within a 25 mile radius of Fort Dix, New Jersey. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to provide contracted services as set in the BPA Specifications attachment. Individual calls placed against these BPAs shall not be more than the simplified acquisition threshold of $100,000.00. The following provisions and clauses apply to this acquisition: FAR 52.212-2 Evaluation- 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award two BPAs resulting from this solicitation to the responsible offeror whose 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 offers: 1. Technical Facility Assessment consisting of cleanliness, security, and amenities. 2. Past Performance - Relevant past or present performance which consists of similar size events you have hosted. 3. Price Basis of award Award will be made on an all or none basis and will be based on Best Value. Technical and past performance are of equal importance, and when combined, are approximately equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.204-7, Central Contractor Registration; The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition. Paragraphs (d), (e), (h), and (i) are hereby deleted from FAR 52.212-1;, FAR 52.212-3, Offeror Representatives and Certifications-Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications- Commercial Items apply to this acquisition. FAR 52.212-3 and DFAR 252.212-7000 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). The clause at 52.212- 4, Contract Terms and Conditions Commercial Items applies to this acquisition and the following addendum applies: The following paragraphs are hereby deleted from the FAR Clause 52.212-4: (h), (j), (n) and (p); FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.219-4 Notice of Price Evaluation Preference for HUB Zone Small Business Concerns, FAR 52.219-8, FAR 52.219-9 Small Business Subcontracting Plan, 52.219-16 Liquidated Damages Subcontracting Plan, FAR 52.219-28 Post-Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity, FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-54 Employment Eligibility Verification, FAR 52.232-33, Payment by Electronic Transfer Central Contractor Registration, FAR 52.222-41 Service Contract Act of 1965. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (see attached), FAR 52.222-44 -- Fair Labor Standards Act and Service Contract Act -- Price Adjustment. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, DFARS 252.246-7000, Material Inspection and Receiving Report. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001 the following clauses apply: FAR 52.203-3 Gratuities, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.219-7003 Small Business Subcontracting Plan (DoD Contracts), DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, DFARS 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002 Requests for Equitable Adjustment, DFARS 252.247-7023 Transportation of Supplies by Sea. Provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil or http://www.arnet.gov/far/. INSTRUCTIONS TO OFFERORS: 1. All questions shall be in writing. Questions may be faxed to Lori Cahill at (609) 562-4443 or emailed to Lori Cahill at lori.cahill@us.army.mil. 2. Pricing should be all inclusive of labor, labor burden, other direct costs (material, equipment, fees, licenses etc), G&A and profit. 3. All quotes are due no later than 10:00 am eastern standard time 18 May 2010. Quotes may be faxed to Lori Cahill at (609) 562-4443 or emailed to lori.cahill@us.army.mil. 4. LOCATION: The hotel must be located within 25 miles of Fort Dix, New Jersey. 5. When establishing BPAs the Government will consider vendors whose technical capability, past performance and pricing will be in the best interest of the Government. For evaluation purposes, please provide the information requested below. Vendors should provide adequate detail to include Capacity, Quality, Pricing and Past Performance. QUOTES MUST INCLUDE THE FOLLOWING INFORMATION: 1. Number of overnight rooms, what type, and pricing (see attached bid schedule) 2. A list of three references for a similar stay. References shall include name/point of contact, with current address, phone number, and email address 3. A list of facility amenities 4. CAGE code, DUNS number, and Federal Tax ID Third party providers should include the additional information requested in #8 below. --Failure to provide this information with your quote may deem your proposal non-responsive. Note: The quoted price MUST include all applicable taxes, fees, gratuities, commissions, service charges, etc&THE FEDERAL GOVERNMENT IS TAX EXEMPT 6. The contractor is put on notice that the government will not be held liable for any requirement that is to be paid for by participants or any amounts associated with those items, including any guaranteed minimum purchases that the contractor may require. 7. You must be registered in the central contractor registration (CCR) in order to be awarded a Department of Defense contract. If you need to register in CCR, go to the website www.ccr.gov. 8. This is not a solicitation for Event Planning Services. For a proposal submitted by an offeror that is not a hotel, the offeror must describe in its proposal the technical approach for the offeror's services as a prime contractor in order to submit a complete technical proposal for evaluation purposes. (Again, this is not a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable). List of Attachments: 1. Specifications of BPA 2. Bid Schedule 3. Wage Rates Burlington, Ocean & Mercer Counties (additional wage rates may be found at: http://www.wdol.gov/Index.aspx)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/273c3c6b4c5117e15635fc3301bb6434)
 
Place of Performance
Address: USAR Contracting Center - East (Dix) 5418 South Scott Plaza, Fort Dix NJ
Zip Code: 08640-5097
 
Record
SN02145911-W 20100513/100511234656-273c3c6b4c5117e15635fc3301bb6434 (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.