Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2002 FBO #0384
SOLICITATION NOTICE

X -- Commercial Berthing contract for the Naval Reserve Center, Port Hueneme

Notice Date
12/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024403R0021
 
Archive Date
3/10/2003
 
Point of Contact
Caroline Standish 619-532-2650/ Caroline Standish Voice: 619-532-2650 Fax: 619-532-1088
 
E-Mail Address
Email your questions to Contract Specialist
(caroline_d_standish@sd.fisc.navy.mil)
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This announcement is published as an unrestricted; all responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial services prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFP N00244-03-R-0021 ap plies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04 and DFAR Change Notices effective through 1/29/02. The standard industrial code is 7011, NAICS #72111 And the business size standard is $5 Million THE FOLLOWING IS A DESCRIPTION OF THE REQUIREMENT: The Fleet and Industrial Supply Center, San Diego, CA is soliciting offers for an indefinite delivery type contract for commercial berthing of reserve personnel for the Naval Reserve Center, Port Hueneme, California. This requirement is for a fixed priced contract consisting of a base year and two one year options. To be eligible for award you must have at least a two star diamond rating or higher as defined by the lodging rating systems of the American Automobile Association or the Mobil Travel Guide. Your facility must also be in ac cordance with the Hotel/Motel Fire Safety Act of 1990 (PL101-391). The requirements for this contract are as follows: commercial berthing of SELRES personnel for weekend drilling personnel at the Naval Reserve Center Port Hueneme. The hotel rooms must be double occupancy of like gender; two beds; restroom facilities with sink & mirror separate from water closet bowl and shower; Hotel must have lighted parking lot and be within a 15 mile radius from the NRC Port Hueneme. The NRC in Port Hueneme will provide berthing request to the hotel no later than Wednesday prior to the drill weekend. Phones, VCR, movies or all alcohol beverages shall not be charged to the government bill. Individuals will be doubled up in the rooms per the berthing sheet provided by the Reserve Center. Officers shall be separated from the enlisted personnel, with senior officers separate from juni or officers. CPO's will be separate from E-6 and below. An exemption would be if a married couple are both drilling reservist personnel. Personnel are not authorized to add their name to the berthing list after it has been submitted to the hotel by NRC Port Hueneme. All rooms will be non-smoking unless specified by Naval Reserve Center. The minimum number of double occupancy rooms required for a single year are 230 each and the maximum number of double occupancy rooms is 2,760 each. These orders will be placed by government personnel and paid for with a government credit card. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b) (5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.211-5, Material Requirements; FAR 52.232-18, Availability of Funds and FAR 52.232-19, Availability of Funds for the Next Fiscal Year. The at 52.212-5, Contract Terms and Conditions required to Implement Statues or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b) DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252-225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - commercial Items. The government intends to make single award to the responsible offeror whose offer is the advantageous to the government considering price and price-related factors. Note: The full text of the Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at http://farsite.hill.af.mil/ Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remi ttance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. NOTE: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at included. All FAR certifications and specified above must also accompany your quote. QUOTES MUST BE RECEIVED NO LATER THAN 3:00 PM, LOCAL TIME 07 JAN 2003 . Offers will be accepted via fax (619) 532-1088 or via email (caroline_d_standish@sd.fisc.navy.mil). Quotes submitted, as an attachment to an email should be sent in Word Version 6.0 or high. 52.212-2 EVALUATION OF COM MERCIAL ITEMS--OCT 1995 (a) 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. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
 
Record
SN00227245-W 20021221/021219213914 (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.