Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
SOLICITATION NOTICE

V -- Lodging - Sleeping Rooms

Notice Date
4/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Justice, United States Marshals Service, Investigative Services Division, 8730 Morrissette Drive, TOG, Springfield, Virginia, 22152-1079, United States
 
ZIP Code
22152-1079
 
Solicitation Number
DJMS-12-TC-Q-059
 
Point of Contact
William C. Drake, Phone: 202/307-9088
 
E-Mail Address
william.drake2@usdoj.gov
(william.drake2@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The United States Marshals Service (USMS) is requesting written quotes from venues (hotels) located in the Old Town Alexandria/South Arlington (Crystal City) areas of Northern Virginia that can provide sleeping rooms for the period of June 11-15, 2012. The hotel must be located either in Old Town Alexandria or Crystal City and within walking distance of a variety of restaurants and shops. Note: Currently the Government rate in VA during the Period of Performance is $224. 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; written quotations are being requested and a written solicitation will not be issued. The USMS will negotiate a Firm Fixed Price type contract for Hotel Accommodations. This solicitation #DJMS-12-TC-Q-059 is issued as a request for quotation (RFQ). This is not a solicitation for Event Planning Services or 3rd Party Event Planning Services. The USMS will not consider a quotation submitted by an offeror that is not a hotel. This is NOT a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-34, Effective July 14, 2009. NAICS Code 721110 and the small business size standard is $7 million, respectively. This announcement/solicitation is solicited unrestricted, and constitutes the only bid document that will be issued. Period of Performance: The Period of Performance for this requirement is June 11-15,2012. No other dates will be considered. Price Schedule: *CLIN Description of Items Unit Estimated Quantity Unit Cost Total Cost Part A: 0001 Sleeping Rooms Day 200 N/A Total Amount *Contract Line Item Number (CLIN) Note 1: The item listed in Part A of the Price Schedule will be paid directly to the hotel. Description of Requirements: The hotel shall accommodate approximately 200 sleeping rooms (based on the timeframe). The offeror shall provide all requirements specified in Part A, and lodging rates must be below or within the Government Per Diem rate of $224.00 per night for Northern Virginia. Part A: Sleeping Rooms The hotel facility shall accommodate an estimated 200 attendees based upon the following requirements: Hotel Lodging - 200 sleeping rooms during the week, with approximately 50 participants checking in on Monday, 6/11/12, and 50 participants checking out on Friday, 6/15/12. Rooms must be individual/private sleeping rooms with toilet facilities. Payments for Part A will be paid upon invoice received from the hotel at the conclusion of all guests checking out on Friday, June 15, 2012. Minimum # of Sleeping Rooms: Monday, June 11, 2012 - 50 sleeping rooms Tuesday, June 12, 2012 - 50 sleeping rooms Wednesday, June 13, 2012 - 50 sleeping rooms Thursday, June 14, 2012 - 50 sleeping rooms Friday, June 15, 2012 - Checking out Part B: Miscellaneous Items Offerors are encouraged to provide the following: (1a) Complimentary high speed internet service in meeting and sleeping rooms, and public spaces. (1b) Complimentary parking. (1c) Complimentary use of fitness facility. (1d) Safes in all rooms (for weapons). (1e) Waive payment of attrition costs and cancellation fees. (1f) Complimentary room upgrades. (1g) Complimentary use of business center (computer, printer, fax, etc.). (1h) Complimentary transportation to and from hotel to training facility located at 1901 S. Bell Street, Arlington, VA 22202. Instructions and Notice to Offerors: A response to the requirements listed above shall be submitted on letterhead and shall address requirements listed in a separate technical proposal. A completed Hotel Contract with non-commissionable meeting room rates shall be submitted with the price quote, technical proposal, along with descriptive literature to include sleeping rooms, meeting room space, diagrams and square footage, information (availability/cost) on amenities of hotel (i.e., parking, shuttle services; transportation to/from airport, and menus). Offerors must additionally submit their DUNS #, FEMA ID # and Tax ID # with the proposal and/or contract. Offerors quotations shall include all information required in accordance with FAR 52.212-1, a completed Price Schedule as part of the Price Quote, and a completed copy of provision FAR 52-212-3. Any offer that does not meet the solicitation requirements will be rejected as non-responsive. Offerors shall submit all price quotes, technical proposals, descriptive literature, and a completed Hotel Contract to: Will Drake, Contracting Officer; United States Marshals Service (USMS) Headquarters; Investigative Operations Division; 2604 Jefferson Davis Highway, Alexandria, VA 22301-1025; Phone (202) 307.9088; Fax (202) 616.0448, or email William.drake2@usdoj.gov. Faxed quotations will be accepted; oral quotes WILL NOT be accepted. The closing date for the receipt of quotations is Friday, May 4, 2012 at 2:00 pm EST. Evaluation Factors for Award: 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 evaluation factors are: 1. Technical Capability: (Size, Quality of services and accommodations, and Availability); 2. Location; and 3. Price: (Cost of accommodations, Services, Cancellation Fees, Attrition Costs, Refreshments, and Meals). Evaluation may be made with or without discussions with the offeror(s). The USMS reserves the right to conduct an on-site inspection of offered facilities. Technical Capability and Location, when combined are significantly more important than Price. Technical Capability: Technical Capability will be scored on a three (3) level adjectival rating scale: Outstanding: The Offeror exceeds the minimum requirements of the Solicitation. Satisfactory: The Offeror meets the minimum requirements of the Solicitation. Unsatisfactory: The Offeror fails to meet the requirements of the Solicitation. Location: Hotels not located in Old Town Alexandria or South Arlington (Crystal City) and within walking distance of a variety of restaurants, shops, will be rated as unacceptable. Price: Price Quotes will be evaluated in terms of cost for accommodations and services, cancellation fees, attrition costs, refreshments, and meals. In addition, each Price Quote will be evaluated on the basis of price reasonableness. This evaluation may include, but is not limited to a comparison of the proposed price with the prices proposed by other offerors, the Government's estimate, consideration of current prices being paid for the same or similar services, current market conditions, as well as other relevant measures. Award: The contract will be awarded to the offeror whose quotation contains the combination of evaluated factors (Technical Capability, Location, and Price) that offers the best value and is most advantageous to the Government. All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting a price quote, technical proposal, descriptive literature, and hotel contract. The USMS will not consider or accept a quotation submitted by an offeror that is not a hotel. (This is not a solicitation for Event Planning Services or 3rd Party Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable.) To be eligible for award under this solicitation, the hotel facility MUST be listed with current status on the Central Contractor Registration website www.ccr.gov, be FEMA approved, and listed on the U.S. Fire Administration Hotel and Motel National Master List found at www.usfa.fema.gov/hotel/search.cfm. USMS Contracting Officers may contract only with listed hotels or motels on the above lists to conduct meetings, conventions, conferences, or training seminars. Offers proposed facilities that are not listed will be rejected as technically unacceptable. In addition, the offerors facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). Provisions and Contract Clauses: The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far; 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items (factors listed in descending order of importance: 1. Technical Capability: (Size, Quality of services and accommodations, and Availability); 2. Location; and 3. Price: (Cost of accommodations, Services, Cancellation Fees, Attrition Costs, Refreshments, and Meals). Technical Capability and Location, when combined are significantly more important than Price; 52.212-3 Offeror Representations and Certification-Commercial Items. Offerors must include a completed copy of the FAR 52.212-3 Offeror Representations and Certification along with his/her offer/proposal; FAR 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items and in accordance with FAR 12.603(c) (2)(xii) the following provisions under the clause apply (b)(11)-(b)(13), (b)(19),(b)(21)-(b)(26), (c)(1), (c)(2), and (c)(4); and FAR 52.232-18.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/USMS/MISES/DJMS-12-TC-Q-059/listing.html)
 
Place of Performance
Address: Old Town Alexandria or South Arlington, VA (Crystal City), Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN02729672-W 20120426/120424235155-f4e83e1fdf6569c42ac4de1a4a3a64ce (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.