Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
MODIFICATION

V -- Hotal/Motel lodging of authorized Naval Reserve Personnel

Notice Date
11/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
N00189 FISC NORFOLK, PHILADELPHIA OFFICE 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018911QZ016
 
Response Due
11/23/2010
 
Archive Date
12/8/2010
 
Point of Contact
Phillip Evans 215-697-9685
 
Small Business Set-Aside
N/A
 
Description
A full description of the combined synopsis/solicitation is hereby added: FISC Norfolk Contracting Department Philadelphia Office intends to solicit on an unrestricted basis for Berthing/Lodging for authorized Naval Reserve Personnel per Commanding Officer Navy Operational Support Center 7221 Second Street, Columbus, OH 43217. This is a combined synopsis/solicitation for commercial items utilizing simplified acquisition procedures and 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 Number N00189-11-Q-Z016 applies and is issued as a Request for Quotation (RFQ). The requirement is for an indefinite delivery, indefinite quantity contract with firm fixed price for a room rate. The period of performance is from 2011 January 03 or date of award thru 2011 September 30 plus two one-year options. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. This is a full and open competitive procurement. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/index.htm. The NAICS Code is 721110 and the size is $6.5M. Section B is as follows: Contract Line Item Number (CLIN) 0001- Lodging for authorized Naval Personnel of the Navy Operational Support Center, Columbus, OH in accordance with the statement of work. CLIN 0001 s performance period is from 2011 January 03 or date of award thru 2011 September 30. Room rate shall be inclusive of taxes. Hotel/motel shall be in compliance with all Federal, State, and Local Regulations and health and fire regulations. For CLIN 0001 the minimum number of room nights for personnel required to stay is approximately 1,104 and the maximum number of room nights for personnel required to stay is approximately 2,250. CLIN 0002 period of performance is 2011 October 01 thru 2012 September 30 the minimum number of room nights for personnel required to stay is approximately 1,500 and the maximum number of room nights for personnel required to stay is approximately 3,000. CLIN 0003 is the same as CLIN 0002 except the period of performance is 2012 October 01 thru 2013 September 30. All interested parties who wish to receive a separate file with the formatted CLIN schedule may send an e-mail with their request to Phillip Evans at phillip.evans@navy.mil. (215) 697-9685 The Navy Operational Support Center Columbus will send the Reservation list to the facility no earlier than 2:30 p.m. Wednesday prior to the drill weekend, with the option to add reservations during the week if rooms are still available at the hotel/motel. Check in time is to be no earlier than 3:00 p.m. and no later than 12:00 a.m. The hotel must allow NOSC Columbus to cancel rooms up to and including day of lodging without incurring any charges up to 6:00 p.m. on Friday of the drill weekend. Hotel/motel must not charge for no shows . Room rate to be charged will be the same rate for single or double occupancy. The rooming/reservation list will establish double occupancy to the maximum extent possible. Officers separate from enlisted and Senior Officers (05 and above) separated from Junior Officers (04 and below) and males separate from females. A Unit CO will not be placed with a member of their own Unit. An exception of separate rooms would be husband and wife, both members of the Navy Reserve drilling on the same day(s). Chief Petty Officers will be separated from E6 and below. NOSC Columbus will provide the hotel/motel with a list that separates all individuals as required. All rooms reserve will be non-smoking. Hotel/motel must be located within 11 miles of the Navy Operational Support Center Columbus, OH. Hotel must have restroom facilities with sink, mirror, toilet bowl and shower in each room. Hotel is required to provide complimentary wireless internet. Hotel must have a full service restaurant. Hotel must provide complimentary parking and parking lot must be well lit for added security. Rooms shall include: two beds (double occupancy) 1 bed (single occupancy). Hotel must provide in all rooms; television, telephones, iron and ironing board. Hotel must be able to pass all public health and safety laws. Telephone calls, meals, beverages, or other lodging services are not chargeable to NOSC Columbus. Any extra charges other than room rate must be paid by the reservist before checking out. Any changes in management or services must be reported to NOSC Columbus immediately. NOSC Columbus has the right to do an on-site inspection of any room without prior notice. Payment will be made to the hotel/motel the week after the drill weekend using the Government MasterCard. Room occupants are responsible for all charges incurred other than the room rate (ex: room service, telephone, movies, etc.) The Contractor may bill for guests that do not show up only if hotel/motel is sold out. Guests who show up without reservations on the provided list shall be given rooms if available. The required room night tentative dates are: CLIN 0001: 8/9 January 2011; 12/13 and 26/27 February 2011; 12/13 March 2011; 2/3 April 2011; 7/8 and 14/15 may 2011; 4/5 June 2011; 9/10 July 2011; 6/7 and 20/21 August 2011; 17/18 Sep 2011; CLIN 0002: 8/9 October 2011; 12/13 November 2011; 3/4 December 2011; 14/15 January 2012; 4/5 and 18/19 February 2012; 3/4 March 2012; 14/15 April 2012; 5/6 and 19/20 May 2012; 2/3 June 2012; 7/8 July 2012; 4/5 and 18/19 August 2012; 15/16 September 2012; CLIN 0003: 6/7 October 2012; 17/18 November 2012; 8/9 December 2012; 12/13 January 2013; 2/3 February 2013; 2/3 March 2013; 6/7 April 2013; 4/5 may 2013; 1/2 June 2013; 13/14 July 2013; 3/4 August 2013; 7/8 September 2013. Additional delivery dates may be requested as required due to changing drill dates. The contractor will be notified within three days after such a change is made. The provision FAR clauses applicable: 52.203-3 Gratuities (APR 1984); 52.209-1 Prohibition on Contracting with Inverted Domestic Corporations-Representation (JUL 2009); 52.212-1 Instructions to Offerors (JUN 2008) ; 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2009); 52.212-3 Alternate I (APR 2002) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a 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 factors shall be used to evaluate offers: (i) Price (ii) Past Performance The evaluation of offers will considers the quoter s Past Performance is more important than price. (THE PAST PERFORMANCE INFORMATION FORM IS ATTACHED AND SHOULD BE FORWARDED BACK WITH YOUR QUOTE) (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. (End of provision 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (FEB 2009). 52.217-8 Option to Extend Services (NOV 1999); 52.249-8 Termination for Default (Fixed Price Supply and Services) (APR 1984) DFAR Clauses applies: 252.212-7000 Offeror Representations and Certifications-Commercial Items (JUN 2005); 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items. Quoters are advised to include a completed copy of the provisions at 52.212-3 and 252.212-7000 with their offer. 52.216-18 Ordering (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through the period of performance. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contact, the contract shall control. (c ) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. MINIMUM AND MAXIMUM QUANTITIES (FISC DET PHILA) (OCT 1992) As referred to in paragraph (b) of the Indefinite Quantities clause of this contract, the total contract minimum quantity is a total of 1,500 room nights worth of orders at the contract unit price(s). The contract maximum quantity is a total of 3,000 room nights. NOTE: (1) Indicate the minimum order value which must be more than nominal, yet it should not exceed the amount which the Government is fairly certain to order. (2) The Total Amount of Contract set forth on the face of the contract document should be preceded by the phrase NOT TO EXCEED. OPTION TO EXTEND THE TERM OF THE CONTRACT (FAR 52.217-9) (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 33 (months). 52.212-2, Evaluation - The Government will award a 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 factors shall be used to evaluate offers: price and past performance. Past performance will be considered equally important as price. Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ This announcement will close 23 November 2010 at 4:00 p.m. Eastern Standard Time. Point of Contact is Phillip Evans who can be reached at 215-697-9685 or email phillip.evans@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All offers shall be sent to FISC Norfolk Contracting Philadelphia, Philadelphia Office, Attn: Phillip Evans, Code 280.2B, 700 Robbins Avenue, Bldg. 2B, Philadelphia, PA 19111-5083 and should reference RFQ N00189-11-Q-Z016. Proposals submitted via facsimile should reference RFQ N00189-11-Q-Z016 and be forwarded to 215-697-9742. All quotes shall include price(s), FOB point, point of contact: name and phone number, GSA contract number if applicable, business size, tax identification number, Cage Code and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The government will not be responsible for any failure attributed to the transmission or receipt of the facsimile proposal. No Numbered Notes apply]. PAST PERFORMANCE INFORMATION FORM Form ___ of ___ Name of Offeror: Contract Number, order number, or identifier: Customer Name & Location: Customer Point of Contact (Name & Title): Telephone Number (PLEASE VERIFY): Total dollar amount (receipts) for this effort during the past three (3) years: (For ordering vehicles, show both the annual estimated contract amount and the amount of orders actually performed):(Show calendar year and dollars) Est Number of rooms per year (avg.):Period of Performance: From: To: Detailed description of the work performed sufficient to demonstrate the relevance of the reference to the solicitation: Quality, delivery, or cost problem(s); corrective action(s) taken; and effectiveness of the corrective action(s): Subcontractor(s) Utilized in Performance of this contract, description of the extent of work performed by subcontractor(s), along with annual dollar value of all subcontracts:.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018911QZ016/listing.html)
 
Record
SN02325317-W 20101111/101109234519-771019351587a84b7d353bff399c72fb (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.