Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2011 FBO #3674
SOLICITATION NOTICE

V -- Lodging Accommodations - Combined synopsis/solicitation for Lodging Accommodations

Notice Date
12/14/2011
 
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
DJA12RFP0001
 
Archive Date
1/26/2012
 
Point of Contact
James M. Huff, Phone: 202-648-9117
 
E-Mail Address
james.huff@atf.gov
(james.huff@atf.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined synopsis/solicitation for Lodging Accommodations see attachment The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) is issuing a combined synopsis/solicitation for Lodging Accommodations for the Front Royal, VA area for ATF National Canine Training and Operation Center (NCTOC). The requirement is for only hotels that are within a 10-mile radius of ATF National Canine Training and Operation Center located at 122 Calvary Drive Front Royal, VA 22630. The Government contemplates award a Single or Multiple Award Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for one base year and four option years using commercial item procedures under FAR Part 12 and 13.5. Proposals must reference synopsis/solicitation # DJA12RFP0001. If you intend to submit a proposal ensure all applicable blocks are completed on Standard Form SF 1449. Complete pricing in Section B for the base year and all option years. Complete all certifications and representations. Submit proposal (via e-mail is preferred but not mandatory) in accordance with the solicitation to include your past performance references. The contract(s) will be awarded to the contractor(s) that are most advantageous to the Government based on the overall requirement. All questions must be submitted by January 3rd, 2012 no later than 3:00 PM Eastern Standard Time. No questions will be answered after this date. All questions and answers will be provided to all prospective offeror(s) via a formal amendment to the solicitation number DJA12RFP0001. All awards will be based on the following criteria in order of importance for Technical Capabilities, Past Performance and Price. If Technical Capabilities and Past Performance are equal then price will become the determining factor. Preferred method to send the proposal is via e-mail at james.huff@atf.gov no later than January 11th, 2012 no later than 3:00 PM Eastern Standard Time. This combined synopsis/solicitation has incorporated provisions and clauses that are in effect through Federal Acquisition Circular 2005-54 last updated 11/02/2011. This announcement was the only solicitation. The following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The NAICS code is 721110. The contractor must be registered in the Central Contractor Registration (CCR) under the specified NAICS code at time of proposal submission. If not already registered, register for CCR on-line at http://www.ccr.gov/. Please include your company's DUNS Number with your proposal
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/DJA12RFP0001/listing.html)
 
Place of Performance
Address: 122 Calvary Drive, Front Royal, Virginia, 22630, United States
Zip Code: 22630
 
Record
SN02639197-W 20111216/111214234438-b6a14f89a2c0eec47f5f99fefa198abc (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.