Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2010 FBO #3302
SOLICITATION NOTICE

X -- Lodging Requirement for Moses Lake area

Notice Date
12/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
141MOSESLAKELODGING
 
Response Due
12/21/2010
 
Archive Date
2/19/2011
 
Point of Contact
Matthew Richard, 509-247-7223
 
E-Mail Address
141 ARW/MSC
(matthew.richard@us.af.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. 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 number 141MosesLakeLodging is issued as a Request for Quote (RFQ). Quotes are due by Tuesday December 21st 2010, 9:00 AM Pacific Time. The RFQ will result in multiple blanket purchase agreements...see attached statement of work. Quotes are due by Tuesday December 21st, 9:00 AM Pacific Time to Matthew.Richard@us.af.mil and Heidi.Weber@us.af.mil This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and Part 13.5, Test Program for Certain Commercial Items.. This requirement is for: SERVICES NON-PERSONAL: The Government may write multiple Blanket Purchase Agreements (BPA's) for the Moses Lake, WA area. See statement of work for details. STATEMENT OF WORK DESCRIPTION OF SERVICES: The contractor shall furnish all services and materials necessary to provide hotel rooms for approximately 25 personnel for 10 months beginning in February 2011. Hotels must be within a 10 mile radius of Grant County International Airport. Hotels will comply with Air Force Golden Eagle Standards. Rooms normally will be single occupied. Rooms will be reserved by each individual staying at the hotels. Each individual will be responsible for paying for their own rooms via the Government Travel Card (GTC)(VISA). Personnel will be staying for two (2) weeks at a time, when they will be replaced by another round of personnel for two weeks. We anticipate 13 two week periods for 25 personnel. The Government per diem rate for Moses Lake is $77 a day. This is a not to exceed amount per the Joint Federal Travel Regulation. This is a best value decision; preference will be given to the offeror whose proposal is most beneficial to the government based on PRICE, LOCATION, and CONDITIONS (technical acceptability). The Government reserves the right to write multiple Blanket Purchase Agreements (BPA's) to suit the best interest of the Government. The Government also reserves the right to visit the location listed in the offerors proposal for suitability prior to award. Include additional services provided (i.e. continental breakfast, gym availability, etc with proposal). Also, please include room rate per day. ALL ROOM ACCOMODATIONS WILL INCLUDE THE FOLLOWING AT A MINUMUM: -Rooms will be clean, safe and commensurate with hotel industry practices -Occupants must have single access to bathroom and shower -Television with cable -Alarm Clock -Hair Dryer -Microwave -Coffee Pot -Refrigerator -Beds with Linen and Pillows -Iron and Ironing Board Golden Eagle Checklist HOUSEKEEPING (General) [1]Are wastebaskets cleaned and emptied daily? [2]Are floors and carpet clean when major messes are noticed? [3]Is the bed made in accordance with established lodging standards? [4]Are the toilets cleaned daily? Are toilets/showers/bathtubs clean inside/out? [5]Are bathroom vanities, sinks, faucets and mirrors clean? [6]Is bathroom "free" of hair and bugs (windows, floor, walls, ceiling)? [7]Is shower curtain/door clean (to include wiping down underside of glass shower doors, etc.)? [8]Are appropriate number of towels available/provided? [9]Are housekeepers following the guests wishes (don't take the towels when they are not on the floor)? [10]Beds made in accordance with established lodging standards? [11]Is light dusting completed and furniture polished? [12]Is vacuuming/mopping completed? [13]Is overall dusting completed (high & low) and furniture polished? [14]Are bedspreads, blankets, linen, pillows, bathmats, and towels clean? [15]Are floors and carpet clean and free of trash (to include under and behind furniture)? [16]Are walls and ceiling clean (free of smudges, spills, etc.)? [17]Are light fixtures clean, free of bugs? [18]Are countertops, sinks and cabinets (inside & out) clean? [19]Are A/C, heat, exhaust, and return air vents clean? [20]Are windows, sills, and tracks clean? [21]Are fixtures/appliances clean and functioning (i.e., toasters, microwaves, hairdryers, phones, etc.)? [22]Are inside of drawers clean? [23]Is the furniture clean to include free of crumbs/trash between cushions? *The government DOES NOT pay for no shows. *The government is not liable for, and will not pay for, items such as in rooms movies, alcohol, room service or any other charges beyond the contracted room occupancy rate. These items must be paid for directly by the room occupant prior to checkout. *Payment will be made by each individual with their Government Travel Card. *Time period is anticipated to be 1 Feb through 30 November. END STATEMENT OF WORK Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov The following provisions and clauses are incorporated in this notice. FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs); The government will choose hotels using a best value approach whose conforming to the solicitation requirement provides the most advantageous offer...cost and technical acceptability considered. FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: FAR 52.233-3, Protest After Award; FAR 52.233-3, Applicable Law for Breach of Contract Claim; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate FAR 52.219-28, Post Award Small Business Program Representation 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 for the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Hire FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.228-5, Insurance - Work on a Government Installation (when applicable) FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.233-2, Service of Protest FAR 52.252-2, Clauses Incorporated By Reference 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. DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) (only for Air Guard Orders) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.225-7001- Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Transportation of Supplies by Sea; Alternate III The date, time and request for quote offers are due: 9:00 AM Pacific Time on 21 Dec 2010 to Matthew.Richard@us.af.mil and Heidi.Weber@us.af.mil or 509 247 7223/7224. APPLICABLE WAGE DETERMINATION Moses Lake, WA - Grant County - WD 05-2565 (Rev.-10) was first posted on www.wdol.gov on 10/05/2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/141MOSESLAKELODGING/listing.html)
 
Place of Performance
Address: 141 ARW/MXG Moses Lake and Vicinity Moses Lake WA
Zip Code: 98837
 
Record
SN02339574-W 20101209/101207233821-e4e315c1995a2e5839213625b57c925c (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.