Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2003 FBO #0490
SOLICITATION NOTICE

V -- Hotel Rooms for OCC HQS Personnel

Notice Date
4/2/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW Mail Stop 4-13, Washington, DC, 20219
 
ZIP Code
20219
 
Solicitation Number
OCC-HQ-03-01234
 
Archive Date
4/29/2003
 
Point of Contact
Patricia Wolfe, Contract Specialist, Phone 202-874-4721, Fax 202-874-5625, - Deirdre Eischens, Contract Specialist, Phone 202-874-5442, Fax 202-874-5625,
 
E-Mail Address
patricia.wolfe@occ.treas.gov, deirdre.eischens@occ.treas.gov
 
Description
This is a combined synopsis/solicitation for commercial items 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; written quotations are being requested and a written solicitation will not be issued. Solicitation No. OCC-HQ-03-01234 is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-11, January 2003. The National American Industry Classification System Code is 721110 with a corresponding size standard of $6M. The Office of the Comptroller of the Currency (OCC) intends to award up to three (3) blanket purchase agreements to hotels in the Charlotte, North Carolina area. The OCC is a non-appropriated Federal financial regulatory bureau of the U. S. Department of the Treasury with approximately 2850 permanent employees in 100 cities nationwide and London, England. The OCC is headquartered in Washington, DC with primary locations in New York, Chicago, Atlanta, Kansas City, Dallas, and San Francisco. The OCC has a requirement for up to 50 sleeping rooms in the event that the agency determines a need to relocate critical staff for continuation of operations of the OCC. The hotel shall be compliant with the Hotel and Motel Fire Safety Act of 1990 15 U.S.C. 2201 et seq, (Public Law 101-391), and must hold a FEMA certification number. The hotel shall be compliant with Americans w/Disabilities Act, 42 U.S.C. Section 12101 et seq (ADA); The hotel shall have one of the following quality ratings: First class or higher per the Official Hotel Guide; Three crowns or higher per the OAG Business Travel Planner; three diamonds or higher per AAA; or Two stars or higher per the Mobil Travel Guide. A pet friendly property is desirable, but it is not a mandatory requirement. The room rates shall be at the prevailing government per diem in Charlotte, North Carolina. It is estimated that these rooms will be required for a period of 30 or more days, but there is no guarantee of a minimum or maximum number of sleeping room nights. These BPA?s may be exercised at the discretion of the OCC for numerous reasons that include, but are not limited to, the following: imminent terrorist threat or actual attack against the Federal government; imminent terrorist threat or actual attack against the OCC; Federal mandate or notice from the President of the United States to relocate critical staff; national implementation of code orange or red alert status; natural disaster or Acts of God that directly affect the OCC Headquarters; etc. These BPA?s could be exercised by the OCC with minimal or no advanced notice to the primary property. The primary property shall provide all the sleeping rooms that it can, up to the estimate of 50 sleeping rooms, and would work with the OCC to find other local properties to meet the immediate need if it could not meet the full requirement. The primary property shall allow travelers not initially housed in the primary property the opportunity to relocate to that property as soon as additional rooms became available. The primary property also shall make arrangements with the other local properties to have the sleeping rooms master-billed through the primary property for those individual travelers not initially located in the primary property. Sleeping room charges and any applicable local taxes will be master-billed on a monthly basis and individual travelers will be responsible for any incidental charges. Payment for the master billed sleeping rooms will be in the form of the Government Purchase Card after an itemized bill has been produced by the primary property showing the names of the travelers, date of arrival, date of departure, and total charges. Terms of the Prompt Payment Act will apply for these transactions. These BPA?s will be from time of award to September 30, 2003 with four one-year renewal option periods. Options will be automatically exercised unless government advises in writing 30 days prior to start of option period that option will not be exercised. The primary property will establish a single point of contact and an alternate point of contact for the BPA. The OCC will establish a primary point of contact and two alternate points of contact. The OCC and the primary property will have regular contact (telephone, e-mail, or other correspondence, etc.) with each other throughout each fiscal year that the BPA is in place. This will be to ensure that the OCC and the primary property are continuously aware of the BPA and that, in the event the option is exercised, both parties are assured of successful operation of the agreement. For purposes of this BPA, the primary property and the OCC will use the OCC?s local Charlotte, North Carolina address as the primary address for the OCC for purposes of billing, etc. That address is: Office of the Comptroller of the Currency, 6100 Fairview Road, Suite 1154, Charlotte, North Carolina 28210. FAR 5.212-1, Instructions to Offerors-Commercial is hereby incorporated by reference. The Government will award a commercial item blanket purchase agreement using simplified acquisition procedures to the responsible contractor whose offer is most advantageous to the Government. Contractors will be evaluated on the basis of technical approach and past performance. The contractor shall provide its technical approach to fulfilling the government?s requirements and shall address the contractor?s overall understanding of the OCC requirements. Contractors shall provide three (3) references with contact name, address, and contact information for similar work performed in the past three years. FAR-Commercial Items applies to this solicitation (FAR 52.212-1 through FAR 52.212-5). FAR 52.212-3, Offeror Representations and Certifications-Commercial applies to this acquisition. These clauses may be viewed at http://www.arnet.gov/far. Quotes are due by 2:00 p.m. EST, Monday, April 14, 2003 and must include a copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items (Feb 2001) that may be downloaded from http://www.arnet.gov/far. Only written quotes will be accepted. Written quotes shall be sent to the Office of the Comptroller of the Currency, Acquisition Management Division, 250 E Street, SW, Mail Stop 4-13, Washington, DC 21219, ATTN: Patricia M. Wolfe. All hand-carried and courier-delivered quotes must be taken to the OCC loading dock at the East end of the building at 250 E Street SW, Washington, D.C. The security guard will ask for identification and have you sign the visitor?s log. The guard will then take you to the Mail and Messenger window. Push the button to the left of the Mail and Messenger Unit window if you cannot see anyone on duty. An OCC representative will come to the window, accept the quote, and date and time stamp it in.
 
Place of Performance
Address: Charlotte, North Carolina
Country: USA
 
Record
SN00294130-W 20030404/030402231544 (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.