Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2002 FBO #0053
SOLICITATION NOTICE

V -- Lodging Services in Support of USJFCOM in Suffolk, VA

Notice Date
1/22/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-02-R-1194
 
Response Due
2/6/2002
 
Point of Contact
Valerie Rinaldt, Contract Negotiator, Phone 215-697-9631, Fax 215-697-9569,
 
E-Mail Address
valerie_m_rinaldt@phil.fisc.navy.mil
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Proposals are hereby being requested and a written solicitation will not be issued. Refer to solicitation as RFP N00140-02-R-1194. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-03 and DCN 2001- 1206. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. A firm fixed price, IDIQ contract with multiple awards is contemplated. The NAICS is 721110 and the Small Business Standard is $5M. This combined synopsis/solicitation is available for full and open competition. The FISC Detachment Philadelphia requests responses from qualified sources capable of providing lodging service in support of exercises in Suffolk, VA that meets the following specifications: Base lot - Period of Performance: 01 Mar 02 or date of award, whichever is later, through 28 Feb 03. 0001 lodging - single occupancy for one night IAW the specification: 0001AA from April 1 - October 31 (high season) - est 500 rooms x $/room = est $ amount; 0001AB from Nov 1 - Mar 31 (low season) - est 500 rooms x $/room = est $ amount/ 0002 lodging - double occupancy for one night IAW the specification: 0002AA from April 1 - October 31 (high season) - est 3000 rooms x $/room = est $ amount; 0002AB from Nov 1 - Mar 31 (low season) - est 3000 rooms x $/room = est $ amount/ 0003 conference room IAW the specification: 0003AA for up to 100 persons - est 20 days x $/day = est $ amount; 0003AB for 101-200 persons - est 20 days x $/day = est $ amount; 0003AC set-up and outfitting - 1 lot NTE $5,000. Option lot - Period of Performance: 01 Mar 03 or date of award, whichever is later, through 29 Feb 04. 0004 lodging - single occupancy for one night IAW the specification: 0004AA from April 1 - October 31 (high season) - est 500 rooms x $/room = est $ amount; 0004AB from Nov 1 - Mar 31 (low season) - est 500 rooms x $/room = est $ amount/ 0005 lodging - double occupancy for one night IAW the specification: 0005AA from April 1 - October 31 (high season) - est 3000 rooms x $/room = est $ amount; 0005AB from Nov 1 - Mar 31 (low season) - est 3000 rooms x $/room = est $ amount/ 0006 conference room IAW the specification: 0006AA for up to 100 persons - est 20 days x $/day = est $ amount; 0006AB for 101-200 persons - est 20 days x $/day = est $ amount; 0006AC set-up and outfitting - 1 lot NTE $5,000. 1. This contract is to provide lodging for active duty, military reserve personnel on Temporary Active Duty, DoD Civilians and civilian contractors participating in training events scheduled by USJFCOM. The contract action is to consolidate Government exercise lodging and hotel support requirements to provide consolidated contracts supporting USJFCOM?s exercise mission. Lodging will be required during the periods identified in resultant task orders issued hereunder. Due to the requirements that personnel eat at the training facility and that the Norfolk Naval Base provide all transportation services, lodging must be provided along the following routes leading to the USJFCOM facility at 116 Lakeview Parkway in Suffolk, VA: - Route A: origin at the Norfolk Naval Base, crosses the Midtown or Downtown Tunnels and arrives at via route 164. It also utilizes routes 64 and 664, if necessary. - Route B: origin at the Norfolk Naval Base, using routes 64 and 664 to reach . Note: Lodging facilities along Rte 64 include those located one-half mile from the Rte 64 off-ramp. The contractor shall hold an AAA Rating of 3 diamonds or above. Proof of such a rating is required with the submittal of your proposal. 2. The contractor shall provide for double occupancy (separate beds) of like sexes or single occupancy when an odd number of occupants or like sexes exist which will not permit double occupancy. Spouses of members shall not be eligible for government-furnished lodging under this contract except in cases where both husband and wife are active duty military personnel attending training events scheduled by USJFCOM. If a member is accompanied by a spouse who is not an exercise participant, eligibility for government-furnished berthing under this contract will be relinquished and the Government will not be responsible for any room expenses incurred by the member or the spouse. 3. Only personnel identified by USJFCOM and producing current military or government / contractor identification cards at point of check-in will be authorized lodging under this contract. A personnel listing will be provided by USJFCOM to the contractor 2 - 5 days prior to the check-in date specified in the task order. 4. The contractor is responsible for obtaining the signature of each participant on a hotel folio upon the person's check out. Two (2) copies of the hotel folio are to be submitted with the contractor's invoice. The Government is obligated to pay only for those rooms used by authorized persons as identified on the hotel folio. 5. After the first night of lodging, the required number of rooms may be reduced by written notification from the government. This notification will be provided by no later than 4:00 PM of the second day and will be confirmed by a modification to the task order. For rooms canceled in accordance with the foregoing, the Government will only be responsible for the first night's lodging expense. 6. The Government reserves the right to reduce the lodging requirement by providing written notice to the contractor 5 calendar days preceding the check-in date. 7. Contractor facilities shall comply with the applicable local / city and state health and fire regulations. 8. The Government shall not be responsible for any additional charges such as hotel calls, room services, pay per view movies, meals, beverages, etc. under this contract. 9. Gratuity charges for the hotel rooms shall be included in the unit price of the hotel rooms if applicable. 10. Conference Room - shall be in the same building as the hotel rooms being rented and shall include use of the lobby area and telephone area. A dedicated phone line / number required in the conference room for incoming calls and modem/internet access line. Audio-visual capability with capacity to accommodate 100 to 200 persons per conference using a classroom set-up of tables and chairs. 11. Pursuant to Federal Acquisition Regulation (FAR) Part 29.302, which states that purchases made by the Federal Government are immune from State and local taxation, the Procurement Contracting Officer has determined that inclusion of any state, local or "Hotel" taxes are not permissible with regards to this contract. Therefore, all prices proposed by the offeror in the schedule of supplies/services and prices are to be exclusive of tax. Inspection and Acceptance - Inspection and acceptance of services to be furnished hereunder shall be made, upon completion of the services, by Ms. Patty White, 116 Lake View Parkway, Suffolk, VA 23435-2699. Duration of Contract Period - This contract shall become effective upon date of award and the ordering period shall continue in effect during the period ending thirteen months after date of contract unless terminated in accordance with other provisions herein. The performance period shall continue in effect during the period ending fourteen months after date of contract. Time of Performance - Individual task orders issued under the resultant contracts will specify the time periods during which lodging is to be provided. Ordering (Indefinite Delivery Indefinite Quantity Contracts) - (a) Ordering: Services to be furnished under this contract shall be furnished at such times as ordered by the issuance of task orders on DD-Form 1155 by the FISC Norfolk Detachment Philadelphia. All orders issued hereunder are subject to the terms and conditions of this contract. This contract shall control in the event of conflict with any order. When mailed, a task order shall be "issued" for the purpose of this contract at the time the Government deposits the order in the mail, or, if transmitted by other means, when physically delivered to the contractor. (b) Ordering Procedures: (1) The Government will formulate an estimate of the lodging required to support a training event at USJFCOM. Based upon this estimate, the Government will issue a request for quotations that identifies the lodging requirement in terms of the number of rooms required delineated by single or double occupancy and the period during which the rooms will be required. (2) Each contractor is to submit a quote by the date specified by the RFP which identifies the number of each type of room that can be provided and the prices at which they can be provided. Separate prices shall be submitted for single or double occupancy. The rooms offered must be available for the entire period required. The unit prices specified in the contract for all items constitute a ceiling price for purposes of submitting quotations under the resultant contract. A contractor may propose a price that is less than the ceiling price for performance of any or all task orders under the resultant contract. Unless otherwise specified, the contractor shall submit a proposal on a minimum of twenty rooms. (3) Task order awards will be made to the awardee(s) whose offer(s) are determined to be most advantageous to the Government price, location and past performance considered. The Government reserves the right to place an order for fewer rooms than a contractor has proposed at the prices proposed. (4) The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside the Government. The Government will consider the quality of the contractor's past performance. (5) The Government reserves the right to award task order(s) without competition in accordance with the provisions of Federal Acquisition Regulation 16.505(b)(2). (a) Task orders shall include, but not be limited to the following information: (a) Date of order, (b) Contract and order number, (c) Appropriation and accounting data, (d) Identification of the services to be provided, (e) Period of time during which the services are to be provided. Oral orders may be placed hereunder only in emergency circumstances. Information described above shall be furnished to the contractor at the time of placing an order and shall be confirmed by issuance of a written task order within ten (10) working days. (d) Modifications of Task Orders: Task orders may be modified by the ordering officer. Modifications to task orders shall include the information set forth in paragraph (c) above, as applicable. Task orders may be modified orally by the ordering officer in emergency circumstances. Oral modifications shall be conformed by issuance of a written modification within two working days from the time of the oral communication modifying the order MINIMUM AND MAXIMUM QUANTITIES- As referred to in paragraph (b) of the "Indefinite Quantities" clause if this contract, the total contract minimum is $500.00. If multiple awards are made, the minimum amount will be allocated proportionally to each awardee on the basis of the number of awards made. The contract maximum quantity is the total contract value as awarded, including all option years. NOTE: X awards have been made under solicitation N00140-02-R-1194. As the total minimum is $500.00 to be allocated proportionally to each awardee on the basis of the number of awards made, X is hereby administratively obligated in order to meet the Government?s minimum liability under this contract. Each task order issued hereunder shall cite the Accounting/Appropriation Data applicable to that order. Upon issuance of each task order, the funding cited herein will be automatically deobligated by the amount of those orders. This procedure shall continue until the issuance of task orders citing funding is equal to the contract "minimum" of X. The maximum for each contract is the total value of each contract; however, in no event will ordering under any or all contracts, in aggregate, exceed the total amount of all rooms (CLINs) combined as set forth in the solicitation resulting in this contract. X = to be specified at time of award The following FAR provision and clauses are applicable to this procurement: 52.212-1, NOTE: Offeror's attention is specifically directed to paragraph (b)(11) of this provision. OFFERORS THAT FAIL TO FURNISH REQUIRED REPRESENTATIONS OR INFORMATION, OR FAIL TO REFLECT THE TERMS AND CONDITIONS OF THE SOLICITATION MAY BE EXCLUDED FROM CONSIDERATION. 52.212-2, N/A; 52.212-3 & ALT I; 52.212-4; 52.212-5 including the following additional FAR clauses/provisions 52.203-6, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, DFARS 252.212-7000 and DFARS 252.212-7001 including the following additional DFARS clauses/provisions 252.205-7000. Additionally, FAR 52.217-9, FILL-IN: paragraph (a) 30 days, FILL-IN: paragraph (c) 24 months, 52.216-18, FILL-IN: paragraph (a) issued from date of award through 13 months thereafter, 52.216-19, FILL-IN: paragraph (a) less than $100, FILL-IN paragraph (b)(1) in excess of $100,000, FILL-IN: paragraph (b)(2) in excess of $100,000, FILL-IN: paragraph (b)(3) within 5 days, FILL-IN: paragraph (d) within 10 days, and 52.216-22, FILL-IN: paragraph (d) 14 months are incorporated by reference. Offerors are advised to include a completed copy of provisions at FAR 52.212-3 and ALT I and DFARS 252.212-7000 with their proposal. Facsimile responses shall also be accepted at (215) 697-9719 and should be marked with RFP number N00140-02-R-1194 and directed to the attention of Ms. Valerie Rinaldt, Code O2P22D.
 
Record
SN20020124/00017308-020122210158 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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.