Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

V -- USNS SIOUX Lodging-Pearl City, HI - Statement of Work

Notice Date
5/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-T-6037
 
Archive Date
5/26/2012
 
Point of Contact
Kate M. Petti, Phone: 7574435964
 
E-Mail Address
kate.petti@navy.mil
(kate.petti@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work 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 the solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-12-T-6037, 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 2005-57, effective March 15, 2012. NAICS code 721110 applies. This is a small business set-aside. Military Sealift Command (MSC), Norfolk, VA intends to award a firm fixed price purchase order for the USNS SIOUX for the following services: Civil Service Mariner (CIVMAR) hotel lodging requirement for USNS SIOUX (T-ATF 171) in the Pearl City, HI area. (See detailed quantity and performance period below). Rates are not to exceed those in the Joint Travel Regulation (JTR). Twelve (12) Hotel rooms for a period of 24 May - 18 June 2012 with check out occurring 19 June 2012 Twelve (12) rooms x 26 nights= 312 rooms (312 rooms x rate per night = total cost) Two (2) additional hotel rooms for the night of 24 May 2012 with check out occurring 25 May 2012 Two (2) rooms x 1 night=2 rooms (2 rooms x rate per night=total cost) Two (2) additional hotel rooms for a period of 16 June - 18 June 2012 with check out occurring 19 June 2012 Two (2) rooms x 3 nights=6 rooms (6 rooms x rate per night=total cost) Facility / Hotel Minimum Requirements The contractor is responsible for providing hotel rooms, 1-2 room Suites, AAA Auto Club 3 Diamond rated facility or higher, as identified below for ship's personnel. Each room shall be single occupancy. Each room shall be equipped with a TV, phone, microwave, refrigerator, and working smoke detectors. Hotel must be listed on the current Hotel-Motel National Master List as required by PL101-391. http://www.usfa.dhs.gov/applications/hotel/ Multiple onsite functional washers and dryers shall be available for use. Facility shall be within a 15 mile driving distance of Pearl Harbor Naval Shipyard, located at 2293 Victor Wharf Access Road, Pearl City, HI 96782, using www.mapquest.com. Hotel internet access shall be available, or crew shall have access to an on-site Business Center. Hotel shall provide free local telephone calls. Hotel shall provide free parking for four (4) government vehicles. Hotel rooms shall include daily cleaning, changing of linen, and replenishment of Toiletries. Facility shall not be under construction or major renovation during the performance period. The period of performance will commence on 24 May 2012, and end on/about 19 June 2012. The actual number of days/rooms used may be more or less than those amounts in this initial requirement. The Government will only be liable for the actual number of days/rooms used. Prior to the ship crews' arrival, the Government will provide the hotel facility a list of crewmembers names and check-in/check-out dates. The hotel will only check into a room those personnel whose name is on the list provided. The Government will promptly provide updated name list to the hotel during performance. Prior to checking in unlisted crewmembers, the hotel shall immediately verify with the Government. The Government will not be obligated for any room charge for crewmembers not on the list provided. All rooms should not be adjacent to any entertainment establishments e.g. Restaurant, Bar, Pub and Discotheque. Rooms for Master and Chief Engineer - the rooms shall be located at different wing or floors from the ship crew. Master and Chief Engineer are authorized to stay at a separate hotel location, on the SAME contract as the rest of the crew, only if NO additional expenses will be incurred (cost of rooms must not exceed the daily cost of the rooms for the rest of the crew). The Government is not liable for charges such as restaurant, phone, Internet access, mini-bar, or room damages, etc. These charges, if incurred, are the responsibility of each crew member. In no case will the Government pay for any of these charges. It is the Hotel's responsibility to arrange for payment of these items by the crew member. PERFORMANCE PERIOD: 24 MAY 2012 - 19 JUNE 2012 Department of Labor (DoL) Wage Determination (WD) applies: WD 96-0259 (Rev.-25) 06/17/2011 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). Instructions to Quoter Offer must be submitted by 10:00am local Norfolk, VA time on 11 May 2012. Submit quote to Kate Petti via email kate.petti@navy.mil/ The following FAR and DFAR provisions and clauses apply to this solicitation and are hereby incorporated by reference: 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, https://www.acquisition.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) 52.215-5 Facsimile Proposals: (757) 443-5982 52.222-50 Combating Trafficking in Persons 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.203-7005 Representation Relating to Compensation of Former DoD Officials 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, 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 my be accessed electronically at this/these address(es): http://www.arnet.gov/far 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 11 May 2012 at 1000 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Kate.petti@navy.mil or faxed via 757-443-5979 Attn: Kate Petti. Please reference the solicitation number on your quote. MSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. 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/spg/DON/MSC/N322051/N40442-12-T-6037/listing.html)
 
Place of Performance
Address: Pearl City, Hawaii, United States
 
Record
SN02739850-W 20120506/120504235526-034bceb96daa03e0d9cd535fb8344245 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.