Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SOLICITATION NOTICE

V -- Lodging in Phoenix, AZ, San Diego, CA and Ventura, CA

Notice Date
6/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USAR Contracting Center - West (POM), Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
 
ZIP Code
93955
 
Solicitation Number
W9124N10T0087
 
Response Due
6/17/2010
 
Archive Date
8/16/2010
 
Point of Contact
Sylvia N. Gomer, 831-242-4077
 
E-Mail Address
USAR Contracting Center - West (POM)
(sylvia.gomer@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. Combined Synopsis/Solicitation #90XCV0148N001 The Army Reserve Contracting Center WestPresidio of Monterey Division intends to award a contract for lodging for the Phoenix, AZ, San Diego and Ventura, CA areas. This combined synopsis/solicitation for commercial items is prepared in accordance with the format in FAR Subpart 12.6, and 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. The solicitation number is W90XCV0148N001 and is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-39. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $7.0 Million. This requirement is set aside for small business only and only qualified offerors may submit bids. The due date for quotes is 17 Jun 2010; 10:00 a.m. Pacific Standard time. Requirement is for the following: CLIN 0001 Lodging Contractor shall provide 36 EA double occupancy rooms (12 x 3 days) in the Phoenix, AZ area for 3 days from Tuesday to Friday, 22 -25 Jun 2010. CLIN 0002 Lodging Contractor shall provide 12 single occupancy rooms (4 x 3 days) in the Phoenix, AZ area for 3 days from Tuesday to Friday, 22-25 Jun 2010. CLIN 0003 Meeting Room Contractor shall provide 1 meeting room. CLIN 0004 Lodging Contractor shall provide 36 EA double occupancy rooms (12 x 3 days) in the Downtown San Diego, CA area for 3 days from Monday, 28 Jun 2010 to Thursday, 1 Jul 2010. CLIN 0005 Lodging Contractor shall provide 12 EA single occupancy rooms (4 x 3 days) in the Downtown San Diego, CA area for 3 days from Monday, 28 Jun 2010 to Thursday, 1 Jul 2010. CLIN 0006 Meeting Room Contractor shall provide 1 meeting room for 3 days from Monday, 28 Jun 2010 to Thursday, 1 Jul 2010. CLIN 0007 Lodging Contractor shall provide 12 EA double occupancy rooms (12 x 2 days) in the Ventura, CA area for 2 days from Thursday to Saturday, 1 3 Jul 2010. CLIN 0008 Lodging Contractor shall provide 8 EA single occupancy rooms (4 x 2 days) in the Ventura, CA area for 2 days from Thursday to Saturday, 1 3 Jul 2010. Contractor shall provide the following. These items will be used as evaluation factors for award. 1a. Approximate distance of lodging from VFW, 1629 E. Jackson Street, Phoenix, AZ 85034. Any hotel outside the 5 mile radius will be seen as non-responsive. Minimum 3-Star rating is required in accordance with http://www.hotels.com website. 1b. Approximate distance of lodging from Spreckels Organ Pavilion, 1549 El Prado, Balboa Park, San Diego, CA 92101. Any hotel outside the 5 mile radius will be seen as non-responsive. Minimum 3-Star rating is required in accordance with http://www.hotels.com website. 1c. Approximate distance of lodging from Plaza Park, 651 E. Thompson Blvd, Ventura, CA 93001. Any hotel outside the 5 mile radius will be seen as non-responsive. Minimum 3-Star rating is required in accordance with http://www.hotels.com website. The following provisions and clauses are incorporated by reference: 52.212-1 Instruction to Offerors Commercial Items Contractor shall provide the following information as part of their proposal. 2a. Proposal listing 84 Double Occupancy Room Nights @ _________ = Total Price $____________ 2b. Proposal listing 32 Single Occupancy Room Nights @ __________= Total Price $____________ 2c. Proposal listing 4 Meeting Rooms @ _____________ = Total Price $_____________ 3. Point of Contact 4. Telephone Number 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on the contractors ability to meet the one (1) factor listed above. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 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. 52.212-4 Contract Terms and Conditions - Commercial Items 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 52.222-3 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 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 Full texts of these clauses are available at: http://farsite.hill.af.mil or http://www.arnet.gov/far/index.html 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. Contracting Office Address: Bldg 4385, Room 2202 400 Gigling Road Seaside, CA 93955 Point of Contact Information: Name: Sylvia N. Gomer Contract Specialist Phone: 831-242-4077 Fax: 831-242-6585 E-Mail: sylvia.gomer@us.army.mil Alternate Contact Information: Name: Darnell Flowers Contracing Officer Phone: 831-242-6571 Fax: 831-242-6585 E-Mail: darnell.flowers@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/304ba96696b0b0cd6d98b3764b429f07)
 
Place of Performance
Address: Phoenix, AZ Area 1629 E. Jackson Street Phoenix AZ
Zip Code: 85034
 
Record
SN02176255-W 20100616/100614234125-304ba96696b0b0cd6d98b3764b429f07 (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.