Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2004 FBO #0873
SOLICITATION NOTICE

V -- Lodging Accommodations

Notice Date
4/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Justice, 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
450100002888
 
Response Due
4/27/2004
 
Archive Date
5/12/2004
 
Point of Contact
Brian Wilkins, Contracting Officer, Phone (202) 927-7715, Fax (202) 927-8688, - James Huff, Contracting Officer, Phone 202-927-7721, Fax 202-927-7311,
 
E-Mail Address
Brian.Wilkins@atf.gov, James.Huff@atf.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) has a requirement for Single room lodging in the Beltsville Maryland area for a maximum of 12 people for four months. Rates should be no higher than the current government travel per diem rate. (TAX EXEMPT) with Check in will be on July 25, 2004, until and Checkout approximately November 11, 2004. Required at a minimum are weekly housekeeping services; TV/VCR in each room/suite for the purpose of completing homework assignments; separate bedroom and living room areas; fully equipped kitchen to include utensils, cookware etc. with full - sized appliances refrigerator, range with an oven etc.; health and fitness room; unlimited local telephone calls; coin operated laundry facility or self-service laundry services must be located on premises; the hotel sleeping room must also have the capabilities for internet connection; provide a 24 hour notification in advance of any maintenance conducted in the room; the vendor will be required to provide the customer and each tenant with 24 hour emergency contact telephone numbers should there be a requirement for room maintenance, the lodging should be located within a 10 mile radius of the training site located at 6000 Ammendale Road, Ammendale, (Beltsville) Maryland; rooms/suites must meet all local Maryland fire and safety codes; must have safety features in each room (smoke detector, sprinkler system, night latch or deadbolt on door to prevent unauthorized entry from outside. Must not invoice the government more than once monthly. The vendor will conduct a walk through of the rooms with the customer the week prior to student move in date to ensure they are properly equipped and all appliances are in working order (e.g. telephones, air conditioning, ovens, refrigerators). Rooms are subject to approval by the customer. Award will be based on meeting the technical 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 requirement is a 100% small business set aside, however, if the government does not receive responses from small businesses, other businesses will be considered. This award will be made utilizing the simplified acquisition procedures under FAR Part 13. All FAR Part 12 Clauses/Provisions are applicable and 52.212-3 -- Offeror Representations and Certifications -- Commercial Items needs to be completed. All vendors shall be in 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 and shall be in compliant with Americans with Disabilities Act, 42 U.S.C. Section 12101 et seq. (ADA). All vendors must provide their FEMA certification number. Awardee must be a certified contractor in the Central Contractor Register (CCR), for payment via electronic funds transfer. The NAICS code is 721110 with a small business size standard not to exceed $6,000,0000. All interested parties must submit a quote by close of business 04/30/2004. Quotes must include price and a list of services offered including a brochure, if available, showing capability of meeting requirements of this announcement and at least two references for Past Performance. Quotes are acceptable by facsimile machine @ (202) 927-7311; Brian.Wilkins @atf.gov, James.Huff@atf.gov.
 
Place of Performance
Address: ATF Fire Research Laboratory, 6000 Ammendale Road, Beltsville, MD
Zip Code: 20705
Country: US
 
Record
SN00566442-W 20040417/040415211810 (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.