|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 23,1996 PSA#1747DIRECTORATE OF CONTRACTING, BUILDING 1001, 761ST TANK BATTALION AVE,
FORT HOOD TX 76544-5059 V -- HOTEL/MOTEL LODGING, 150 DOUBLE AND 26 SINGLE ROOMS, WITHIN 25
MILES OF FORT LEAVENWORTH, KS, FROM 8-20 JULY 1997. SOL
DAKF48-97-B-0004 DUE 012197 POC Contract Specialist Ruth Jamandre (817)
287-5480 Contracting Officer Sue E. Everts (817) 287-6166 (Site Code
DAKF48) 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; bids are bing requested and a
written solicitation will not be issued. Solicitation DAKF48-97-B-0004
is issued as an Invitation for Bids (IFB). The solicitation document
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular90-41. This action is unrestricted. The
Standard Industrial Classification (SIC) code is 7011. The small
business size standard is $5 million. CLIN 0001: Provide double rooms
for 12 days from 08 through 20 July 1997 -- 150 ea. State your daily
rate times 12 days equals unit price. State number of rooms available.
CLIN 0002: Provide single rooms for 12 days from 08 through 20 July
1997 -- 26 ea. State your daily rate imes 12 days equals unit price.
State number of rooms available. The Government prefers lodging these
personnel in one facility; however, if space is scarce, state the
number of rooms available for this acquisition. Bids will be evaluated
on the basis of avantage and disadvantages to the Government that
might result from making more than one award (multiple awards).
Individual awards shall be for item or combination of items that result
in the lowest aggregate cost to the Government, including
administrative cost. The contractor shall not be paid for rooms if the
Contracting Officer provides a 2-day advance notification of
cancellation or no shows priorto initiation of contract performance.
The Contractor shall not invoice for rooms not used by the Government
due to cancellation or no shows, for which advance notification has
been given. The contractor shall provide personnel, management and
services necssary to provide hotel/motel rooms for 326 US Army
personnel from Fort Hood, TX, participating in Warfighter Exercise at
Fort Leavenworth, KS. Check in 8 July 1997, check out 20 July1997. The
contract requires 26 single and 150 double rooms with bathroom
facilities. Location must be within 25 miles of the Leader Development
Center at Fort Leavenworth, KS. Rooms furnished shall be one
individual to a bed ith no more than two individuals to a room for
double occupancy and one individual to a room for single occupancy.
Individuals of different genders (i.e., male and female) shall not be
assigned to the same room. The contractor shall ensure that all rooms
ae thoroughly cleaned and sanitized on a daily basis. Rooms shall
consist of furnishings and equipment customarily provided for the
establishment's most favored customers. All furnishings shall be in
good condition and all equipment operating to ensure its suitability
for normal daily use. Privileges normally extended to other guests by
the establishment shall be extended to the individuals billeted at
Govrnment expense. Room reservations will be made by the Contracting
Officer or designated representative two days prior to the arrivalof
the personnel. The contractor will be notified of the estimated number
of Armed Forces personnel. The contractor shall rserve the requested
rooms until 10:00 PM on the scheduled reservation date. Rooms shall be
assigned within 15 minutes after arrival. Payment will be made only
for the lodging requirements established by the Contracting Officer or
designated representative. Payment for services beyond the time
specified by this contract will be the responsibility of the individual
who requested the extra service. The contracor assumes full
responsibility for obtaining payment for services extended beyond those
authorized by this contract. The Government assumes no liability for
damages caused by these personnel. The contractor shall not employ
off-duty or any person who is anemployee of the United States
Government if such employment would create a conflict of interest or be
contrary to DOD Regulation 5500.7 (Standards of Conduct). Post award
conference will be conducted by telephone or letter. The Contracting
Officer or designated representative will inspect the contractor's
facilities to ensure that state and local health, fire prevention
standards are being maintained, roms are protected and secured, and
that accommodations are being furnished in accordance with contract
requirements. Such inspection will be conducted at unannounced times.
Inspection and acceptance will take place at Contractor's facility
(location of loding) upon receipt of services conforming to the
solicitation specifications, and meeting all other critical elements of
the solicitation and resulting contract. Inspection and acceptance
shall be evidenced by execution of an acceptance certificate by the
Government on a Material and Receiving Report Form, DD Form 250. The
clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items,
applies to this acquiition and is incorporated by reference. Addendum
to FAR 52.212-4 reads as follows: Paragraph (c): Paragraph is deleted
and replaced with "Changes in the terms and conditions of this contract
may be made in accordance with FAR clause 52.243-1 Alt 1, Changes All
other changes which fall outside the Changes clause will be made by
written agreement of the parties." Paragraph (j): "Risk of Loss" is
deleted in its entirety. Paragraph (m): Paragraph is deleted and
replaced with "Termination for Default. The Government reserves the
right to terminate this contract in accordance with FAR clause
52.249-8, Default." Paragraph (p): Sentence one, delete "or implied.
The clause at FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Commercial Items, applies to
this acquisition and is incorporated in full text with the following
additional clauses: paragraph (b): 52.203-6 Alt, 52.203-10, 52.219-8,
52.222-26, 52.222-35, 52.222-36, 52.222-37; paragraph (c): 52.222-41,
52.222-42 (This clause identifies the classes of service employees
expected to be employed under the contract and states the wages and
fringe benefits payable to each if they were employed by the
contracting agency. The statement is for information only; it is not a
wage determination. (Copy can be requested fro the point of contact.),
and 52.222-44. After award the Administrative Contracting Office for
this acquisition will be the Directorate of Contracting, Contract Admin
Div, Building 1001, Room W113, Fort Hood, TX 76544-5059. In furtherance
of Federal policy nd the Alternative Dispute Resolution Act of 1990,
ADR Act, Public Law 101-552, the Contracting Officer will try to
resolve all post award acquisition issues in controversy by mutual
agreement of the parties. Interested parties are encouraged to use
alternative dispute resolution procedures to the maximum extent
practicable in accordance with the authority and the requirements of
the ADR Act. DFARS 252. 12-7001, Contract Terms and Conditions Required
to Implement Statutes or Executives Orders Applicable to Defense
Acquisitions of Commercial Items with the following additional clauses
checked in paragraph (b): 252.205-7000 and 252.233-7000. The following
aditional FAR and DFARS provisions and clauses are applicable to the
acquisition and are incorporated by reference via addendum FAR
52.203-3, Gratuities; 52.214-6, Explanation to Prospective Bidders;
52.214-10, Contract Award Sealed Bidding; 52.232-17, Interest;
52.233-1, Disputes; 52.243-1 Alt 1, Changes Fixed Price; 52.249-8,
Default; DFARS 252.201-7000, Contracting Officer's Representative;
252.204-7001, Commercial and Government Entity (CAGE) Code Reporting;
252.204-7003, Control of Government Personnel Work Product;
252.209-7001, Disclosure of Ownership or Control by the Government of
a Terrorist Country; 252.232- 7006, Reduction or Suspension of Contrac
Payments Upon Finding of Fraud; 252.242-7000, Postaward Conference;
252.243-7001, Pricing of Contract Modifications. The following
additional FAR and DFARS clauses and provisions are applicable to the
acquisition and are incorporated in full text by addendum: 52.216-1,
Type of Contract, applies andis incorporated in full text via addendum
and reads as follows: The Government contemplates award of a Fir
Fixed-Price contract resulting from this solicitation. FAR 52.233-2,
Service of Protest (Acknowledgement of receipt will be received from
the Directorate of Contracting, Building 1001, 761st Tank Battalion,
Room W103, Fort Hood, TX 76544-5059); The clauseat FAR 52.212- 1,
Instructions to offerors Commercial Items, applies to this acquisition
and is incorporated by reference. Addendum to FAR 52.212-1 reads as
follows: Paragraph (a): Change the small business size standard from
500 employees to read $5, 000, 000. Paragraph (b): Second sentence
delete "SF 1449" and "or as otherwise specified in the solicitation."
The Wage Determination No. 94-2307, Revision No., date of last revision
5/10/96 is applicable to this acquisition. (Copy can be requested from
the point of contact.) The bidders will include a completed copy of
the provision at FAR 52.212-3, Offeror Representations and
Certifications Commercial Items, wth its bid. (Copy can be requested
from the point of contact.) Bidder must indicate that company is not
currently on the List of Parties Excluded from Federal Procurement or
Nonprocurement Programs. All responsible sources may submit a bid which
shall be considered by the Directorate of Contracting. Bids must be
submitted to Fort Hood, TX 76544-5059 by 3:00 PM local time, 21 January
1997. Facsimile bids ill be accepted and may be sent to (817) 287-3243
(preferred fax number), (817) 287-5354 or (817) 288-3999. (0354) Loren Data Corp. http://www.ld.com (SYN# 0085 19961223\V-0005.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|