Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2010 FBO #3231
SOLICITATION NOTICE

V -- berthing for the period 09 Oct 2010- 18 Oct 2010

Notice Date
9/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
N68836 FISC JACKSONVILLE FL Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883610T0481
 
Response Due
10/1/2010
 
Archive Date
10/16/2010
 
Point of Contact
venita.harmon 904-542-1229
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation ; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-10-T-0481 applies and is issued as a Request for Quotation. This procurement is set aside for small business 02.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 721110 and the business size standard is 7.0. HOTEL ROOMS FOR THE PERIOD OF 09 Octt 2010-16 Oct 2010, fifty-nine (59) DOUBLE AND TWENTY-EIGHT (28) SINGLE OCCUPANCY. SEE STATEMENT OF WORK STATEMENT OF WORK The United States Navy requires lodging of personnel for the Navy Expeditionary Guard Battalion from 09 OCT 2010 to 16 OCT 2010. Naval personnel will be lodged for processing and training. The following provides the minimum specifications required (based on these requirements, we estimate 59 double rooms and 28 single rooms will be needed) 1) The contractor shall provide single rooms and each room shall have full-size or larger beds, where the members are housed according to the below criteria for double occupancy (25 double occupancy rooms). The contractor shall provide single rooms and each room shall have at least two (2) full-size or larger beds. Collapsible beds or rollaway beds are not acceptable to fulfill these requirements. Each room shall have its own bathroom and adequate heat and air conditioning as appropriate. Room assignments shall be made by the contractor based on the following: a) E-5 and below will be billeted with other E-5 and below (double occupancy). b) Where two (2) persons are billeted together, they will be of the same gender. 2) The contractor shall provide an uninterrupted supply of hot water to each room, each morning during the hours of 5:00 AM to 8:00 AM. The temperature of the water shall not be less than 100 degrees Fahrenheit. 3) The lodging facility must be located within a ten (10) minute commute from the Naval Construction Battalion Center, Gulfport by surface travel during a normal weekday. The facility shall be within walking distance of public transportation, or the contractor shall provide transportation free of charge to public transportation. 4) The lodging facility shall have an information desk staffed twenty-four (24) hours a day. A full service restaurant must be located on the premises or within 5 blocks of the facility, and shall be able to serve a selective menu upon request between the hours of 5:30 AM to 7:30 AM, 11:30 AM to 1:00 PM, and 4:30 PM to 9:00 PM when the facility is being utilized for berthing. For off site restaurants, menus must be available at the front desk of the facility. 5) Rooms shall be supplied with daily maid and linen service. 6) Rooms shall not be located near noisy or heavy traffic areas such as a bar, dance floor or lounge. When there are tour groups lodged in the facility, members need to be berthed in an area of the facility away from the tour groups. 7) The Contracting Officer or representative may conduct a pre-award site visit prior to and during the term of the contract period. 8) Although the number of rooms required should remain flexible, we estimate that our current needs to adequately berth personnel for the period beginning 09 OCT 2010 through 16 OCT 2010 will be 59 double and 28 single rooms based on our requirements stated in paragraph 1 above. However, if additional rooms are required they will be coordinated in sufficient time with the awardee(s). The exact quantity of rooms needed as well as the initial date of occupancy may change, based on personnel arrival requirements. Changes can be made up to noon (12:00 PM) on the day of the occupancy without charge to the government. 9) Personnel will check out by noon (12:00 PM) on 09 OCT 2010, unless flight delays occur. Notification of potential delay will be provided no later than 16 Oct 2010. 10) In the event that the contractor cannot provide the required services, the contractor shall, at no additional cost to the Government, contract with another vendor for the services required by this contract. The service contracted shall not be less than those offered by the contractor, and shall be in full compliance with this contract. 11) The contractor shall invoice for the number of rooms occupied in accordance with paragraph 1 of this Statement of Work, which we estimate to be 59 double and 28 single rooms at this time. The contractor is to maximize room utilization. Payment will be based on the applicable room rate. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: śadditionally, the Government will accept the contractor ™s commercial warranty. ť Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.216-1 Type of Contract, Clause 52.216-18 Ordering,Clause 52.216-19 order limitations, Clause 52.216-20 Definite Quantity, 52.216-21 Requirements alternate 1 Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company ™s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M 01 OCT 2010. Quotations must be in writing and may be faxed or mailed to the following. Attn Venita K Harmon, Fleet Contracting Center, FISC JAX BLDG, 110 Naval Station Jacksonville FL 32212. Fax 904-542-1111 Telephone 904-542-1229.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b96c3ce9f0dd966150a2367b8487424c)
 
Record
SN02298840-W 20100929/100927235546-b96c3ce9f0dd966150a2367b8487424c (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.