SOLICITATION NOTICE
99 -- Hotel/Apartment Accommodations Sioux City, IA
- Notice Date
- 12/9/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
- ZIP Code
- 50131-1902
- Solicitation Number
- W912LP-04-R-0002
- Response Due
- 12/23/2003
- Archive Date
- 2/21/2004
- Point of Contact
- Renee Berg, 515-252-4615
- E-Mail Address
-
Email your questions to USPFO for Iowa
(renee.berg@ia.ngb.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This is a combined synopsis/solicitation for the procurement of housing accommodations prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. T his announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request For Proposals (RFP) number W912LP-04-R-0002. All proposals shall reference the RFP n umber and shall be submitted by 4:30 P.M. local time on 23 Dec 2003. The anticipated award date is 7 Jan 2004. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-17 dated 20 Oct 2003. This solicitation is issued under Full and Open Competition. The North American Industry Classification system code (NAICS) 721110 size standard of 6.0. The Iowa National Guard wishes to obtain hotel/apartment accommodations to house twenty-fou r soldiers for the period of 1 year. The lodging facility should be within a 25-mile radius of the 185/FW Iowa Air National Guard Base, 2920 Headquarters Avenue, Sioux City, IA 51111-1300. The lodging interval will begin on Feb 01, 2004 and continue throug h Jan 31, 2005. Twenty-four soldiers will be housed under the conditions that each soldier has a separate room equipped with a twin size bed, dresser and nightstand. Each soldier should have his/her own personal restroom. A kitchen area is preferred and s hould encompass a refrigerator, stove, microwave oven, table and chairs. Two soldiers may share each kitchen area. The living area furnishings should include a couch and a chair. The hotel/apartment establishment must have laundry facilities on-site, an d be able to accommodate all twenty-four soldiers at one location. In addition to the aforementioned requirements, recommended non-essential items include security, swimming pool, fitness area, ability to keep pets, television and cable or satellite servic e and a dishwasher. In accordance with the solicitation provision 52.212-2, Evaluation-Commercial Items (Jan 1999) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation w ill be most advantageous representing the best value to the Government price and other factors considered. The technical factors will be rated significantly higher than the cost factors. The technical factors that will be used to evaluate offers are the a bility to meet the minimum solicitation requirements and past performance. Technical factors are comprised of the evaluation of vendors capability to accommodate all soldiers in one location, ability to provide a housing arrangement which contains the desi red furniture, appliances and amenities listed above, and distance from military post. Evaluation of past performance shall be based on information provided by the offerors and any other information the Government may obtain by following up on the informat ion provided by the offerors and/or through other sources (i.e. offerors performance on previously awarded contracts and/or contracts with other Government entities). The offeror must identify three Federal, State or local Government and private contracts for which the offeror has supplied similar services to those identified in this solicitation. References should include the most recent contracts completed within the last five years. The offeror shall provide a point of contact, current telephone numbe rs and fax numbers for each contract. Offerors shall address each evaluation factor stated above; failure to address any item may cause the offerors proposal to be rejected. FAR 52.211-16, Variation in Quantity shall be incorporated and shall allow a 10 p ercent increase or a 10 percent decrease in the total number of rooms occupied. Offerors are reminded to include a completed copy of FAR 52.212-3 I, Offeror Representations and Certifications-Commercial Items Alternate I, with their proposal. FAR 52.212-1, Instructions to Offerors-Commercial Items and FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial It ems, are hereby incorporated by reference. The following clauses within 52.212-5 apply to this solicitation and any resultant contract; 52.203-6, Restrictions on Subcontractor Sales to the Government, Notice of Price Evaluation Preference for HUBZone Smal l Business Concerns; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 USC 637); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor -- Cooperation with Authorities and Remedies; 52.225 -13 Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration; 52.222-41, Service Contract Act of 1965, as Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires (wage determi nation no: 94-2325 rev (25) area: NE,Omaha) The following additional clauses and provisions are incorporated by reference: 52.222-25 Affirmative Action Compliance; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference, 52.204-7 Required Central Contractor Registration; The following clauses within 252.225-7001 apply to this solicitation and any resultant contract; 52.203-3 Gratuities (Apr 1984)(10 U.S.C. 2207), 252.243-7002 Request for Equitable Adjustment . The clause incorporated by reference can be accessed in full text at the Army Acquisition Web Site: http:// www.deskbook.osd.mil . Sign and date your offer, the original must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa 50131-1902, ATTN: CW3 Mark Thompson, Contracting Officer at or before 4:30 p.m., 23 Dec 2003. For information regarding this solicitation contact SSgt Renee Berg at 515-252-4615 or e mail at renee.berg@ia.ngb.army.mil/
- Place of Performance
- Address: USPFO for Iowa Camp Dodge, 7700 NW Beaver Drive Johnston IA
- Zip Code: 50131-1902
- Country: US
- Zip Code: 50131-1902
- Record
- SN00484111-W 20031211/031209212204 (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 |