Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

V -- Unit Training Assembly (UTA) Lodging

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
179 AW/MSC, 1947 Harrington Memorial Road, Mansfield, OH 44837-0179
 
ZIP Code
44837-0179
 
Solicitation Number
W91364-11-T-0015
 
Response Due
9/28/2011
 
Archive Date
11/27/2011
 
Point of Contact
gordon.strom1, 419-520-6390
 
E-Mail Address
179 AW/MSC
(gordon.strom@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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 IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation W91364-11-T-0015 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This solicitation is set-aside 100% for small business. The NAICS code that applies is 721110 and business size is $7,000,000. This action will result in a FFP purchase order utilizing simplified commercial acquisition procedures under Full and Open competition. This requirement is for contract housing, in commercial motel facilities, within a 10 mile radius of the 179th Airlift Wing, 1947 Harrington Memorial Road, Mansfield, Ohio 44903-8049 for individuals authorized by the 179th AW Ohio Air National Guard. All rooms to be furnished will be double rooms, with 2 beds per room. No more than 2 persons will be assigned to any room. This quotation is for room costs only and does not cover any additional services as may be requested by an individual. Those additional costs - if any, are to be charged directly to the individual requesting the service and will not be shown on the invoice to the Government. Line item 0001: Room requirements are: (a) 65 rooms on the following dates: 22 Oct 11, 05 May 12, 09 Jun 12, 11 Aug 12, and 08 Sep 12; (b) 70 rooms on the following dates: 05 Nov 11, 10 Dec 11, 21 Jan 12, 11 Feb 12, 10 Mar 12, and 14 Apr 12. The Government intends to award all requested services to a single vendor. The initial contract period is 01 Oct 10 through 30 Sep 11. Also, please include separate pricing for cost-per-room, for rooms potentially needed to purchase during any week, Monday through Friday, for the same time period to which the contract will be established. Options are included in this solicitation for the requirements stated in line item 0001, to cover the following time periods: Line item 0002 (Option year #1): 01 Oct 2012 - 30 Sep 2013 Line item 0003 (Option year #2): 01 Oct 2013 - 30 Sep 2014 Line item 0004 (Option year #3): 01 Oct 2014 - 30 Sep 2015 Each line item is to be separately priced, and should allow for a reasonable by-year unit cost adjustment, based on current market conditions and U.S. Dept of Labor wage rate determination adjustments applicable to occupational code positions utilized to accomplish performance of this service. All pre-priced options will be evaluated with initial line item 0001 requirement. Contractor's facilities must meet minimum standards for federal, state (Ohio) and local governments as well as industry standards for health, safety, and welfare occupants. According to ANGR Sup 34-246, base officials will personally visit establishments being considered for contract and every 6 months thereafter for those selected. The following shall be used to evaluate offers: price or cost to the government, availability of rooms, cost-per-room week days; quality of services, past performance of the vendor (if applicable), and perceived general safety of members based on 179AW Security facility background investigations. The Government will make an award to the responsible offeror whose offer conforming to the solicitation is considered the best value. All other evaluation factors when combined, are equal to price. The following provisions are included in this acquisition: FAR 52.212-1, Instruction to Offerors-Commercial (Jun 2008), FAR 52.212-2 Evaluation - Comm Items (Jan 1999). FAR 52.212-3, Offeror Representations and Certifications -Commercial Items (Jun 2009) Alternate I (Apr 2002) (A completed signed copy of provision FAR 52.212-3 shall be submitted with any quotation); 52.217-5, Evaluation of Options (Jul 1990); 52.252-1, Solicitation Provisions Incorporated by Reference. The following clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration (Apr 2008); FAR 52.204-10, Reporting Executive Compensation and First-tier Subcontractor Awards (Jul 2010); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jul 2010); FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2008). The following additional FAR clauses cited within clause 52.212-5 also apply: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Representation; 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-50, Combating Trafficking in Persons, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.233-3, Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim. FAR Clause 52.217-8, Option to Extend Services (Nov 1999); 52.217-9, Option to Extend the Term of the Contract (Mar 2000); FAR 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Nov 2006); 52.232-18, Availability of Funds (Apr 1984); 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984); and 52.252-2 Clauses Incorporated by Reference (Feb 1988) applies to this acquisition. The following DFAR clauses also apply: DFARS 252.201-7000, Contracting Officer's Representative (Dec 1991), 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009); 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A (Sep 2007); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008). The following additional DFAR clauses cited within clause 252.212-7001 also apply: 252.203-7000 Requirement Relating to Compensation of Former DoD Officials (Jan 2009); 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) and 252.247-7023 Transportation of Supplies by Sea (May 2002) Alternate III (May 2002). DFAR Clause 252.232-7010, Levies on Contract Payments (Dec 2006), 252.243-7001, and Pricing of Contract Modifications (Dec 1991). Wage Determination 1997-0083 (Rev 22) for Area: OH, Richland County applies to this acquisition. For information regarding this solicitation please contact Gordon Strom, 419-520-6390. All offers are due by 5:00pm (EDST, 28 Sep 11), by e-mail to gordon.strom@ang.af.mil, by mail, or hand carried to 179 AW, Contracting Office, Attn: Gordon Strom, 1947 Harrington Memorial Road, Mansfield, Ohio 44903-8049. No facsimile offers will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA33-3/W91364-11-T-0015/listing.html)
 
Place of Performance
Address: 179 AW/MSC 1947 Harrington Memorial Road, Mansfield OH
Zip Code: 44903-8049
 
Record
SN02553515-W 20110831/110829235351-0f84b678f3ebeb09ba93d4dfc4b37483 (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.