Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

V -- Hotel Rooms

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
 
ZIP Code
20226
 
Solicitation Number
1050300000984
 
Archive Date
8/27/2010
 
Point of Contact
Danielle Thompson, Phone: (202) 648-9015, James M. Huff, Phone: 202-648-9117
 
E-Mail Address
danielle.thompson2@atf.gov, james.huff@atf.gov
(danielle.thompson2@atf.gov, james.huff@atf.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) has a requirement for Availability of approximately 205 rooms nights, for the period of September 13, 2010 through September 25, 2010. Check in September 13, 2010, check out on September 25, 2010. Although occupancy rate is subject to change, the estimated number of rooms needed per night is as follows: September 13, 13 personnel September 14, 13 personnel September 15, 13 personnel September 16, 12 personnel September 17, 12 personnel September 18, 12 personnel September 19, 24 personnel September 20, 24 personnel September 21, 24 personnel September 22, 24 personnel September 23, 24 personnel September 24, 10 personnel Provide lodging at a rate at or below that allowed by the Federal Travel Regulations. (TAX EXEMPT). Rooms will have amenities to include iron/ironing board, coffee maker, refrigerator, alarm clock, hair dryer, TV. Provide daily housekeeping services to each room. Lodging facility should be located within walking distance (no more than 2 miles of the US District Courthouse, 6500 Cherrywood Lane, Greenbelt, MD. Provide shuttle services to and from courthouse or within walking distance of the courthouse. Laundry services must be available. Must provide Health/fitness room access. Unlimited local telephone calls, internet access. Rooms will include safety features smoke detector, sprinkler system and meet state/county fire safety codes. Lodging will be in compliance with the Hotel and Motel Fire Safety Act of 1990 15 U.S.C. 2201 et seq, (Public Law 101-391), and must hold a FEMA certification number. FEMA certification number must be submitted with all vendor quotations. Lodging shall also be compliant with Americans with Disabilities Act, 42 U.S.C. Section 12101 et seq. (ADA). Award will be based on technically acceptable low cost. Price will be rated as the most important factor followed by require and or desired features and finally past performance. This award will be made utilizing the Simplified Acquisition Procedures under FAR part 13. All Far Part 12 Clauses/Provisions are applicable. Hotel must also have available a conference room for rental to accommodate up to 20 staff on September 19, 2010. THE OFFEROR SHALL SPECIFIY HOW MANY ROOMS WILL BE AVAILABLE DURING THE REQUESTED PERIOD OF PERFORMANCE. Award will be made to the responsible offeror whose offer conforming to the solicitation is most advantageous to the government, price and other factors considered. The factors are PRICE AND NUMBER OF ROOMS AVAILABLE. Number of rooms available is slightly more important than price. The government reserves the right to award to other than the lowest price if determined to be in the best interest of the government. Due to the fact that the government is unable to anticipate the number of rooms that will be needed at any given time, the successful offeror (s) must be prepared to have rooms available upon request. Daily towel service shall be two (2) bath, (2) hand towels, three (3) wash cloths and one (1) bath mat. Linens and towels shall be fresh and free of rips and tears. Maid/housekeeping service (to include but not limited to: dusting, vacuuming, replacing soiled linen as stated above, making bed, empty trash containers, clean bathroom, replenish soap and sanitized glasses) shall be provided. All rooms shall be free of insect infestation (roaches, ants, spiders, etc.). Rooms shall be equipped with a private bath with shower/tub, toilet, sink, well lighted mirror, electrical outlet convenient to sink, and continuous hot water, one (1) trash container in bathroom and (1) in living area. All bathrooms shall have a good working exhaust fan or an exterior window. All tiles shall be free of cracks or missing pieces. Rooms shall be carpeted. Carpet shall be clean, padded and in good condition. Independently controlled air conditioning/heating shall be in each room and shall be in good working order. A telephone shall be furnished in each room. The entrance shall be accessible by key lock or electronic lock and shall be equipped with interior deadbolt and a peephole. Connecting room doors shall be equipped with a deadbolt. The room key shall not reflect room number. Ground floor windows shall be equipped with security locks. Sliding doors shall also be equipped with an effective locking device. All ground floor doors and windows, which are accessible from walkways and common balconies, shall have a secondary security lock. A minimum of one student to a standard room with a queen or king size bed, one night stand; each bed shall have two pillows, one blanket, and one bed spread. Also, the room shall have one comfortable chair, closet or closet hanging space, a table or desk suitable for writing with suitable overall lighting, a luggage rack or suitable bench space for storage of luggage, and adequate shades/drapes or blinds to cover all windows/glass areas shall be provided in each single room. The desk area shall have accessible electrical receptacles. Furniture shall be clean and in good condition. Rooms shall be free of chipped or peeling paint. Wallpaper, draperies, bed and bedding shall be in good condition and free from soil or stains. All rooms, beds/bedding, carpet, walls; drapery shall be free of any mildew/mold(s) and/or stains of other nature. Ice machine shall be available on premises at all times. Occupants under this contract will be afforded access to all hotel facilities, as are regular guests. The contractor shall maintain and have available a Quality Control Plan in place to ensure that the facilities meet the state and local health, sanitation and fire prevention standards and that the inspections are being conducted in accordance with said plan. Quality Control Plan documentation shall be made available to the Government upon request during the term of the contract. The contractor shall maintain and have on file available whenever the Government requests inspection of it all applicable inspections/reports required by law (i.e., fire, health, safety, etc.). The Contractors facility shall comply will all applicable health, fire, and safety codes and regulations and verification of compliance is mandatory by the Contracting Office prior to award. If the Contractor fails to provide satisfactory proof of compliance the offer shall not be considered. The Government will not be responsible for any miscellaneous charges incurred by the individual occupants (i.e., long distance calls, room service, damage claims, guest charges, laundry service). The Government is under no obligation to provide services for accompanying spouses or visitors. Charges for spouses or visitors shall be between the Contractor and the Occupant. The Contractor must clearly outline to each occupant which miscellaneous services are not covered by this contract such as personal telephone charges, pay-per-view movies, room service, and other such services available at additional costs and how occupant will be charged by the Contractor for those services. The hotel is responsible for physical security of the facility/location to ensure safety of the clientele. The Government reserves the right to cancel the contract at any time the lodging facility is found to be in non-compliance with the health, fire, and/or safety requirements. No changes to any resulting purchase order are authorized unless issued by a Government Contract Specialist. The provision at 52.212-1 (June 2008) Instructions to Offerors-Commercial Items is applicable. The provision at 52.212-2(Jan 1999) Evaluation-Commercial Items is applicable: Award will be made to the responsible offeror whose offer conforming to the solicitation that is most advantageous to the government, price and other factors considered. The factors are: PRICE AND NUMBER OF ROOMS AVAILABLE. Number of rooms available is slightly more important than price. The government reserves the right to award for other than the lowest price if determined be in the best interest of the government. Offerors are instructed to submit completed copies of FAR Provision 52.212-3 (Aug 2009), Offeror Representations and Certifications-Commercial Items, with offers (and include CCR, DUNS Number, CAGE CODE, and Tax ID Number with their offer.). Federal Acquisition Regulation 52.252-2(Feb 1998) Clauses Incorporated by Reference applies to this acquisition. The clause(s) at; 52.212-4(Jun 2010), Contract Terms and Conditions-Commercial Items; 52.232-17(Oct 2008) Interest; FAR 52.204-7(Apr 2008) Central Contractor Registration, 52.212-5(Jul 2010) Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: FAR 52.222-3(Jun 2003) Convict Labor; 52.222-21(Feb 1999) Prohibition of Segregated Facilities; 52.222-26(Mar 2007) Equal Opportunity; 52.222-35(Sep 2006) Equal Opportunity for Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36(Jun 1998) Affirmative Action for Workers with Disabilities; 52.222-37(Sep 2006) Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Ear, and Other Eligible Veterans; 52.222-50(Feb 2009) Combating Trafficking in Persons; 52.232-33(Oct 2003) Payment by Electronic Funds Transfer-Central Contractor Registration. In addition, the following clauses are hereby incorporated. FAR 52.222-22(Feb 1999) Previous Contracts and Compliance Reports, FAR 52.222-25(Apr 1984) Affirmative Action Compliance, 52.233-4(Oct 2004) Applicable Law for Breach of Contract Claim.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/1050300000984/listing.html)
 
Place of Performance
Address: Cherrywood Lane, Greenbelt, Maryland, United States
 
Record
SN02238057-W 20100814/100812234935-662be4bc62ff5f103a3bd8d09d6c3295 (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.