Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

X -- Lodging for ACC QAR Intern Program at Fort Dix, NJ; 01 August - 14 December 2010

Notice Date
7/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
USAR Center-Dix, 5418 South Scott Plaza 3rd Floor, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
W91QE701790001
 
Response Due
7/16/2010
 
Archive Date
9/14/2010
 
Point of Contact
william waterhouse, 609-562-4061
 
E-Mail Address
USAR Center-Dix
(william.waterhouse@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. Solicitation #W91QE7-0179-0001 is hereby issued as a Request for Quote (RFQ) for lodging during the period of 01 August thru 14 December 2010 in the Fort Dix, NJ area. This procurement is being solicited unrestricted under NAICS Code 721110 resulting in a COMPETITIVELY awarded purchase order contract. The business size standard for NAICS code 721110 is $7,000,000 or less. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to provide contracted services as set forth below and in the attachments. The anticipated award will be a Firm-Fixed Price (FFP)-type contract. Offerors must submit quotes on the full quantity identified. Award shall be made to a single offeror. The Contracting Officer reserves the right to make no award under this procedure. 0001SLEEPING ROOMSLodging Single Occupancy: CHECK IN: 01 AUGUST 2010 CHECK OUT: 14 DECEMBER 2010 Standard Single Occupancy Rooms needed as follows: No smoking rooms required. Guest rooms and personal expensed items in guest rooms such as long distance phone charges, internet, movie rentals, laundry, room service, etc&will be paid for by the guest and shall not be billed under the resultant purchase order. All prices MUST include all applicable taxes, fees, gratuities, commissions and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT HOTEL SHOULD ONLY BILL FOR ACTUAL ROOMS USED 1,360 room nights x Each room night price = TOTAL $ 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 offers 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. QUOTES MUST INCLUDE THE FOLLOWING INFORMATION: a) a list of three (3) references for a similar stay. References shall include; name/point of contact, address, phone number, and Email address b) a list of facility amenities c) pricing, CAGE code, DUNS number, and Federal Tax ID Third party providers should include the additional information requested in the paragraph listed below. Failure to provide this information with your quote may deem your quote to be TECHNICALLY UNACCEPTABLE and/or NON-RESPONSIVE. 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 offerors services as a prime contractor and forward a copy of a signed, written agreement between the offeror and a representative who has binding authority of stated hotel facility. This agreement must state that it covers the period of performance requested in the solicitation. In addition, a copy of all insurance(s) (standard business, liability, extraordinary insurances) must be submitted with the offerors 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 vendor shall be deemed TECHNICALLY UNACCEPTABLE. The requirements and Contract Line Item Numbers (CLINs) for this request for quote are listed in the attachment entitled REQUEST FOR QUOTE. Contractors are to complete the REQUEST FOR QUOTE and return by the RFQ submittal date & time listed within. ONLY ONE QUOTE PER CONTRACTOR WILL BE CONSIDERED. ALL LATE QUOTES WILL BE REJECTED. NOTE: The final quoted price(s), both total and individual, MUST include all applicable taxes, fees, gratuities, commissions, service charges, etc. THE FEDERAL GOVERNMENT IS TAX EXEMPT. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the Internet: http://farsite.hill.af.mil or http://www.arnet.gov/far/): FAR 52.204-7, Central Contractor Registration; the provisions at 52.212-1, Instructions to Offerors Commercial Items and Addendum to FAR Clause52.212-1 applies to this acquisition. Paragraphs (d), (e), (h), and (i) are hereby deleted from FAR 52.212-1; FAR 52.212-2 Evaluations Commercial Items, FAR 52.212-3, Offeror Representatives and Certifications Commercial Items apply to this acquisition and offeror(s) must include completed copies with their quote. 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 Online Representation and Certification Application (ORCA). Offerors are required to indicate whether they will accept the Government credit card as a method of payment. The clause at 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisitions and the following addendum applies: The following paragraphs are hereby deleted from the FAR Clause 52.214-4: (h), (j), (n), and (p); FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-6; FAR 52.219-28; FAR 52.222-3, Convict Labor; 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 52.232-33, Payment by Electronic TransferCentral Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this request for quote, and subsequent contract, and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A; 252.201-7000, Contracting Officers Representative. The following DFARS clauses apply to this solicitation and are incorporated in full text: 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: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.246-7000, Material Inspection and Receiving Report. In accordance with FAR 52.212-2, the Government will award a purchase order contract 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 evaluation factors shall be used to evaluate offers: Technical (Facility Assessment consisting of cleanliness, security, amenities such as kitchen facilities, laundry facilities, exercise room(s), on-site parking), Location to shopping and eating establishments, past performance and price. Award will be based on the best value to the Government. Best value is based on the above criteria in the following manner: Technical is somewhat more important than Location which is somewhat more important than past performance which is somewhat more important than price. Technical, location and past performance together are much more important than price.. LOCATION: The hotel must be within 20 miles of Fort Dix, NJ. 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. All services to be provided by the Hotel will be in accordance with the attached Statement of Work (SOW). REQUIRED RESPONSE DATE: Quotes MUST be received by 09:01 A.M. Eastern Standard Time (EST) on 16 July 2010. Quotes are to be emailed or faxed to William Waterhouse, Contract Specialist, at william.waterhouse@us.army.mil or (609)562-2920. If you fax your quote, please send an email stating at what time the quote was faxed. An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be addressed to William Waterhouse, Contract Specialist, via email at the address provided above or Tele# 609-562-4061. All questions or inquiries must be submitted in writing. Quotes are being requested and a written solicitation will not be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1d9ddd3a53a14a5f4025a82c4ce7d806)
 
Place of Performance
Address: USAR Center-Dix 5418 South Scott Plaza 3rd Floor, Fort Dix NJ
Zip Code: 08640-5097
 
Record
SN02204985-W 20100716/100714234447-1d9ddd3a53a14a5f4025a82c4ce7d806 (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.