SOLICITATION NOTICE
X -- Furnished Apartment Lease
- Notice Date
- 4/2/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- USPFO for Michigan, 3111 West Saint Joseph Street, Lansing, MI 48913-5102
- ZIP Code
- 48913-5102
- Solicitation Number
- W56LTA30500200
- Archive Date
- 6/10/2003
- Point of Contact
- Gay Mullen, 517-483-5901
- E-Mail Address
-
Email your questions to USPFO for Michigan
(gay.mullen@mi.ngb.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA (I) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Prop osals are being requested and a written solicitation will not be issued. (II) Solicitation W56LTA 3050-0200 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Fed eral Acquisition Circular 2001-12. (IV) This acquisition is unrestricted. The associated NAICS codes for this acquisition are 721110/531110, standard industrial classification 7011/6513, small business size $6 million. (V) COMMERCIAL ITEM DESCRIPTION: The USPFO For Michigan is soliciting apartment accommodations within a 10-mile radius of Battle Creek Air National Guard Base, Battle Creek, Michigan, to initially lodge approximately 14 military personnel as defined in the Statement of Work (SOW), at a mo nthly rate. L/I 0001- 1 Double Occupancy (2 Bdrms) x 1 Month $________ (estimated 7 apartments) L/I 0002 - 1 Single Occupancy (1 Bdrm) x 1 Month $________ (estimated 0) Quantities: The quantities may fluctuate up or down during the contract performance period. Apartment lease must allow for a 15-day cancellation without penalty. The guaranteed minimum value of this contract is one month of accommodations for 14 person nel. Basic Contract Period is anticipated to start on or about 15 April 2003 through 15 Feb 2004, with 1 Option Period, 16 Feb 2004 to 15 Feb 2005. Accommodations must meet the inspection criteria and Air Force Lodging Standards as stated in SOW. Offeror s must quote for the Basic period and each option period a fixed monthly rate for the lodging of personnel as well as Weekly and Daily rates which will apply when order includes a period of less than one month following the minimum, e.g. order for 1 month and 20 days, or when it is necessary to cancel a portion of a period ordered due to official government orders and/or requirements. Daily rates for lodging shall not exceed the current per diem rate for this geographic area. These rates can be found at w ww.dtic.mil/perdiem. Offers received that exceed the listed per diem rates shall be rejected and not considered for award. In addition, the lodging facility must have the capability to house all personnel, shown in the initial estimates above, at one fac ility. (VII) FOB Not applicable?services. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial, FAR 52.212-2, Evaluation of Commercial Items. (IX) The Government anticipat es awarding, a Not-To-Exceed with fixed price unit cost contract resulting from this solicitation, to the responsible offeror whose offer conforming to the solicitation will be the best value to the Government. Best value considerations include price, ame nities, condition and location. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (offerors shall include a completed copy as part of their quote). A copy of the Offerors Representations and Certifications may be obt ained from the plans section of the Selfridge Website (www.selfridgecontracting.com/ebs/advertisedsolicitations.asp). (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION) (Full text available at (http://www.arnet.gov/far ) Additional F AR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following clauses are incorporated by reference: 52.203-6 (Alt I), Restrictions on Subcont ractor Sales to the Government; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services, The Government may require continued performance of any services within the limits and at the ra tes specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder sh all not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days; 52.217-9, Option to Extend the Term of the Contract, (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of the option start date; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days. The preliminary notice does not commit the Government to an extension. (b) I f the Government exercises this option, the extended contract shall be considered to include this option clause (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 1 year 9 months; 52.219.1 (A lt II), Small Business Program Representation; 52.219-8, Utilization of Small Business Concerns; 52.233-3, Protest After Award (31 U.S.C. 3553); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-37, Employment Reports On Special Disabled V eterans; 52.222-3, Convict Labor; 52.222-41, Service Contract Act of 1965, as Amended (See Wage Determination #94-2277 Rev 16, Southwestern MI, General Services and Support Occupations at www.ceals.usace.army.mil); 52.222-42, Statement of Equivalent Rates for Federal hires; 52.232-19 Availability of Funds for the Next Fiscal Year (fill-in; 30 Sep 03) ; 52.233-2, Service of Protest; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Regis tration (31 U.S.C. 3332); 52.246-4, Inspection of Services-Fixed Price; 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 reques t, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: (http://www.arnet.gov/far); 52.252-6, Authorized Deviations in Clauses; DFARS Clause 252.204-7003, Control of G overnment Personnel Work Product; 252.212-7000, Offer representations and Certifications-Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) (full text available at http://www.acq.osd.mil/dp/dars/dfars.html ); 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notif ication of Transportation of Supplies by Sea. (XIV) N/A (XV) All information relating to this solicitation, including bid schedule, special notes, pertinent SOW, changes/amendments, questions and answers, will be posted on the following website: (www.sel fridgecontracting.com/ebs/advertisedsolicitations.asp). Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attrib ution basis) will be posted on the Selfridge Contracting web site. They will be contained in the plans section in a document titled ?Questions and Answers?. Offerors are requested to submit questions to the email address noted below not later than 9:00 A .M. eastern standard time, 9 April 2003. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an ame ndment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XVI) Quotes will be due to the USPFO For Michigan, Purchasing & Contracting, Attn: Kit Pohl, 3111 W. St. Joseph Street, Lansing, MI 48913-5102, by 11 April 2003, 2 p.m. eastern standard time. Email quotes will be accepted at kari.churchill@mi.ngb.army.mil or kathleen.pohl@mi.ngb.army.mil , FAX quotes will be accepted. (XVII) Point of Contact for this solicitation is Ms Kit Pohl (517) 483-5925, Alternate point of contact is SPC Kari Churchill (517) 483-5904. Solicitation W56LTA 3050-0200 BID SCHEDULE BASIC PERIOD (15 APRIL 2003-15 FEBRUARY 2004) L/I 0001- 1 Double Occupancy x 1 Monthly $______ Weekly $______ Daily $______ L/I 0002- 1 Single Occupancy x 1 Monthly $______ Weekly $______ Daily $______ OPTION PERIOD 1 (16 February 2004 ? 15 February 2005) L/I 1001- 1 Double Occupancy x 1 Monthly $______ Weekly $______ Daily $______ L/I 1002- 1 Single Occupancy x 1 Monthly $______ Weekly $______ Daily $______ STATEMENT OF WORK FOR TEMPORARY LODGING ACCOMODATIONS BATTLE CREEK AIR NATIONAL GUARD BASE, MICHIGAN 1 APRIL 2003 1. DESCRIPTION OF SERVICES 1.1. This statement of work (SOW) is to provide temporary lodging accommodations of military personnel. Facilities shall be within a 10-mile radius of Battle Creek Air National Guard Base, Battle Creek, Michigan and if required, shall be compliant with t he Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391). 1.2. FACILITIES 1.2.1. The contractor must be capable of providing single and double occupancy units (without overflow to other businesses). All units shall be categorized as ?non-smoking?, unless otherwise requested. 1.2.2. Occupants may, at their own expense, include additional guests in their units. 1.2.3. The contractors? property and units shall meet or exceed industry standards for cleanliness and d?cor. The contents of each room shall not be at the end of its life cycle, showing worn or shabby appearance. Each unit shall be fully furnished, and as a minimum, shall consist of: a. Bed size shall meet the industry standard for either single or double occupancy b. Private bath and shower facilities, with hair dryers c. Fully equipped kitchen, to include range & oven, refrigerator, microwave, utensils, dishes, and coffee maker d. Central or individual heating and air-conditioning e. Color television, to include basic cable or satellite service f. Bed, dresser/chest of drawers, desk and chair g. Telephone and service for local calls only. (Guests are responsible for their own long distance charges and will not be paid for under this contract.) h. Iron and ironing board i. All linens (bed, bath & kitchen) shall be provided 1.2.4. The following utilities will be included in this agreement: Water, Gas, Electricity, Basic Cable TV, Wastewater, Trash, Snow Removal, Lawn Service and Local Phone (No long distance) 1.2.5. The contractor shall either provide a regular cleaning service or an adequate stock of cleaning supplies and equipment for occupants use. 1.2.6. Laundry facilities (washers & dryers) must be available, within the property, for occupants use. 1.2.7. Individual units shall have secured access. 1.2.8. The cost of providing the described lodging, including a ll utilities and miscellaneous services and supplies, shall be included in the monthly rent charge. 1.3. SERVICES OUTSIDE THIS CONTRACT a. Any additional arrangements required by the occupant(s) such as telephone calls and room services outside the scope of services identified in this SOW, will be between the individual and the owner. Any differences in room cost, e.g., upgraded accommoda tions requested by the individual, must be paid from the individual?s own funds before departure. The individual must pay any taxes applicable to such arrangements. The Government is tax-exempt. b. The Government shall not be held financially responsible for damages to contractor facilities. The responsibility shall rest with the individual occupying the facility and should be resolved to the satisfaction of both parties prior to the individuals? departure. 2. SERVICE DELIVERY SUMMARY (SDS) # Performance Objective Performance Threshold 1 If applicable, facility is compliant with the Hotel and Motel Fire Safety Act of 1990 (public Law 101-391). (Para. 1.1.) Annual visit to facility ensures compliance with PL 101-391 has been met. 2 The contractors? property shall present a well-maintained appearance. (Para. 1.2.3.) The contractors? property and rooms shall meet or exceed industry standards for cleanliness and d?cor. The contents of each room shall not be at the end of its life cy cle, showing worn or shabby appearance. 3 Guests are satisfied with the accommodations. (Para. 1.2.1 ? 1.2.7.) The contractors? facilities meet or exceed the stated contract requirements.
- Place of Performance
- Address: Battle Creek Air National Guard Base Dickman Road Battle Creek MI
- Zip Code: 49015
- Country: US
- Zip Code: 49015
- Record
- SN00293978-W 20030404/030402231349 (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 |