Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2012 FBO #3715
SOLICITATION NOTICE

V -- Hotel Lodging for CIVMAR and MILDET employees

Notice Date
1/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-T-6011
 
Archive Date
2/17/2012
 
Point of Contact
David G. Foster, Phone: 757-443-5953
 
E-Mail Address
david.g.foster@navy.mil
(david.g.foster@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes only a solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-12-T-6011, and it 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 2005-50, effective 16 MAR 2011. NAICS code 721110 applies. This is a small business set-aside. Statement of Work Department of Labor (DoL) Wage Determination (WD) applies 96-0185 (Rev.-26) dtd 17 June 2011 Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for hotel lodging services for the Civil Service Mariners (CIVMAR) and Military Detachment (MILDET) Personnel assigned to the USNS Comfort, in the Boston, Ma. area. The requested period of performance for the below service is 28 February 2012 through 24 April 2012 (check out 25 April 2012). Contractor shall provide AAA Rated 3 Diamond Hotel Rooms for CIVMAR and MILDET employees on the USNS Comfort for approximately 57 nights (see detailed quantity and performance period below). Rates are not to exceed those in the Joint Travel Regulation (JTR). CLIN 0001-CIVMAR Lodging and Parking 28 February - 24 April 2012 (check out 25 April 2012) AAA Rated 3 Diamond Hotel Rooms are needed for the following dates: 28 Feb - 1 Mar 12 24 Extended Stay Hotel Rooms x 3 Nights = 72 ROOMS 2 Mar - 16 Apr 12 22 Extended Stay Hotel Rooms x 46 Nights = 1,012 ROOMS 17 Apr - 20 Apr 12 32 Extended Stay Hotel Rooms x 4 Nights = 128 ROOMS 21 Apr - 22 Apr 12 34 Extended Stay Hotel Rooms x 2 Nights = 68 ROOMS 23 Apr - 24 Apr 12 49 Extended Stay Hotel Rooms X 2 Nights = 98 ROOMS TOTAL ROOMS 1,378 25 Apr 12 CIVMARS Move Out of Hotel and Back Onboard Ship TWENTY-ONE (21) PARKING SPACES ARE ALSO REQUIRED FOR USNS COMFORT CIVMAR CREW AND SHOULD BE INCORPORATED INTO THE ROOM RATE. Please ensure that your quote clearly indicates a total price from 28 February 2012 - 24 April 2012 (check out 25 April 2012) Contractor must be actively registered in the Central Contractor Registration https://www.bpn.gov/ccr/. The above numbers and dates are estimates. Payment will be made on actual usage. Should the Government need to extend the move-out dates beyond the dates stated above, it will do so on a day-to-day basis and through mutual agreement of the contracting parties in accordance with FAR Clause 52.212-4 (c). CLIN 0002-MILDET Lodging and Parking 28 February - 24 April 2012 (check out 25 April 2012) AAA Rated 3 Diamond Hotel Rooms are needed for the following dates: 28 February - 24 April 2012 (check out 25 April 2012) AAA Rated 3 Diamond Hotel Rooms are needed for the following dates: 28 Feb- 24 Apr 1 2 Extended Stay Single Occupancy Hotel Rooms X 57 nights = 114 rooms, with check out 25 Apr 12 28 Feb - 29 Mar 12 1 Additional Extended Stay Single Occupancy Hotel Room X 31 nights = 31 rooms, with check out 30 Mar 12 28 Feb - 24 Apr 12 6 Extended Stay DOUBLE Occupancy Hotel Rooms X 57 nights = 342 rooms, with check out 25 Apr 12 **Note - double occupancy rooms indicates 2 separate beds, but they can be in the same bedroom. TOTAL ROOMS 487 Four (4) PARKING SPACES ARE ALSO REQUIRED FOR USNS COMFORT MILITARY CREW AND SHOULD BE INCORPORATED INTO THE ROOM RATE. Please ensure that your quote clearly indicates a price from 28 February 2012 - 24 April 2012 (check out 25 April 2012) Contractor must be actively registered in the Central Contractor Registration https://www.bpn.gov/ccr/. The above numbers and dates are estimates. Payment will be made on actual usage. Should the Government need to extend the move-out dates beyond the dates stated above, it will do so on a day-to-day basis and through mutual agreement of the contracting parties in accordance with FAR Clause 52.212-4 (c). Facility / Hotel Minimum Requirements: Each hotel room shall be equipped with the following minimum requirements: • AAA 3 rated Diamond rated facility or higher with1-2 room suite. • Kitchenette: complete with cooking utensils, microwave, refrigerator, stove top burners in each room • Hotel internet access shall be available in each room, or crew shall have access to an on-site Business Center. • Multiple onsite functional washers and dryers must be available. • Facility shall not be under construction or major renovation during the performance period. • Hotel shall provide free local telephone calls. • Hotel shall incorporate the cost of parking in the room rate. • Hotel rooms shall include daily cleaning, changing of linens, and replenishment of toiletries. • Facility must be listed on the current Hotel-Motel National Master List as required by PL101-391, http://www.usfa.dhs.gov/applications/hotel/. • Vendor must have DUNS Number, valid registration in Central Contractor Registration (CCR), and valid representations and certifications on http://orca.bpn.gov/. Location: Facility must be within a 5 mile driving radius of Boston Ship Repair, 32A Drydock Avenue, Boston MA, and travel cannot require crossing a bridge or tunnel. The commute time between the lodging facility and the shipyard must not exceed one hour each way during normal peak hours. Note: A list of the crewmembers will be provided to the vendor after award. INSTRUCTIONS TO QUOTER Offer must be submitted by 4:00 p.m. local Norfolk, VA time 02 February 2012. Submit quote to David Foster via email at David.G.Foster@navy.mil. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25k) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.222-42 Statement of Equivalent Rates for Federal Hires (only used when 52.222-41 applies) 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 252.225-7000 Buy American Act--Balance of Payments Program Certificate, Responsible sources shall provide the following: 1. Price quote, which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 02 February 2012 at 1600 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to David.G.Foster@navy.mil. Please reference the solicitation number on your quote. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7a3e3b36e2ff670a3f981e46bb40bf4a)
 
Place of Performance
Address: Boston, Massachusetts, 02210, United States
Zip Code: 02210
 
Record
SN02659831-W 20120126/120124234240-7a3e3b36e2ff670a3f981e46bb40bf4a (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.