Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2002 FBO #0383
SOLICITATION NOTICE

V -- Lodging Accommodations!!

Notice Date
12/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, Bureau of Alcohol, Tobacco and Firearms (ATF), Acquisition and Property Management Division, 650 Massachusetts Avenue, N.W., Room 3290, Washington, DC, 20226
 
ZIP Code
20226
 
Solicitation Number
Reference-Number-350100000066
 
Archive Date
1/21/2003
 
Point of Contact
James Huff, Contract Specialist, Phone 202-927-7721, Fax 202-927-7311, - James Huff, Contract Specialist, Phone 202-927-7721, Fax 202-927-7311,
 
E-Mail Address
JMHuff@atfhq.atf.treas.gov, JMHuff@atfhq.atf.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Alcohol, Tobacco and Firearms (ATF) has a requirement for Hotel rooms in the Ft. AP Hill, (Bowling Green, Virginia) area. Hotel site must be within a 20 mile radius of Ft. AP Hill, Virginia. Single room lodging will be needed for a maximum of 40 people for two week training session. There will be training sessions at different months throughout fiscal year 2003. Lodging for students will be paid under the purchase order. Dates for the first two week sessions in fiscal year 2003 are as followed: March 9th thru 21st and April 6th thru 18th . Dates are subject to change. Rates should be based on the current government travel per diem rate. Rooms will accommodate one student per room and a living room/work area. Rooms must include one queen size bed or larger and a kitchenette that includes a refrigerator, microwave and capability for in room internet. Daily cleaning must be provided for each persons suite during occupancy. A coin operated laundry facility must be available on the hotel premises. Complimentary breakfast must be provided. Hotel needs to have a restaurant and a shopping area, within walking distance. All suite rooms must have all safety features required by state and federal laws, (i.e. smoke detectors, sprinkler system etc.) Award will be based on meeting the specifications listed above on an All or None basis, and the best value to the government. The government may elect to pay a cost premium to select an offeror whose ratings on non-cost evaluation factors (e.g. technical quality and past performance) are superior. A premium is defined as the cost difference between the lowest evaluated cost of a technically acceptable offer and a higher priced offer deemed to be superior from a Technical Quality and / or Past Performance standpoint. Price will be rated as the most important factor, followed by require and or desired features and finally past performance. This procurement is a total Small Business Set-Aside and an award will be made utilizing the simplified acquisition procedures under FAR Subpart 13.5. Any order awarded as a result of this will have a period of performance of one base year and four one year option periods. Dates of classes are currently not known for future fiscal years, but could have plus or minus six classes per fiscal year. Awardee must be registered in the Department of Defenses (DOD) Central Contractor Registration database (CCR) for electronic Funds Transfer (EFT) NO SOLICITATION IS AVAILABLE AND NO TELEPHONE REQUESTS OR INQUIRES WILL BE ACCEPTED. All interested parties must submit a quote by January 6th, 2003 no later than 3:00 PM EST. Quotes must include price and product literature information. Quotes are acceptable via e-mail at JMHuff@atfhq.atf.treas.gov. Option years subject to the availability of funds. Attn: Jim Huff
 
Record
SN00226217-W 20021220/021218213713 (fbodaily.com)
 
Source
FedBizOpps.gov 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.