SOLICITATION NOTICE
V -- Lodging in Watertown NY area
- Notice Date
- 6/9/2005
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
- ZIP Code
- 76544-0770
- Solicitation Number
- W9115U05T0021
- Response Due
- 6/20/2005
- Archive Date
- 8/19/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The SIC is 7011. The NAICS code is 721110. Solicitation is 100% Small Business Set Aside. This solicitation serves as the Request for Quotation for single occupancy lodging services in t he Watertown, NY area. Line items are as follows: Item 0001: Sixteen Single occupancy rooms from 15 July through 16 Sep 2005. Award will be based on the best value to the Government, which includes room rates, room tax rate, extended stay facilities such as microwave, refrigerators, coffee pot, TV, on-site laundry facilities, iron/ironing board, data port, linen service, cleaning services, on-site restaurant, on-site fitness center and within a seven mile distance from Fort Drum. Rates will not exceed th e lodging portion of the local area per Diem rate authorized by the Joint Federal Travel Regulation (JTR) Volume 1. Site visit is optional. The Government reserves the right to shift lodging dates and/or cancel completely. The Government reserves the righ t to cancel if lodging facility is unsatisfactory. The Government reserves the right to award to other than the lowest price if determined to be in the best interest of the Government. Payment shall be based on occupancy only. Facility must be registered with FEMA (Federal Emergency Management Agency) Fire Prevention and Control. Provisions at FAR 52.212-1, Instructions to Offers-Commercial and FAR 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition. Offerors need to includ e a complete copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer (registered in CCR, DUNS Number, Cage Code, and Tax ID Number). The clause at 52.212-5, Contract Terms and Conditions required to implement Statues of Executive Orders-Commercial Items, applies to this acquisition. Clauses include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for W orkers with Disabilities; 52.222-37, Employment Reports of Disabled Veterans and Veterans of the Vietnam Era; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. All responsible sources may submit a proposal, which shall b e considered. All costs must be included in the offer. Offers are due before 1600, 20 June 2005. POC is Rebecca Adams at (254) 288-9722 or becky.adams@otc.army.mil or fax (254) 288-2260. Mailing address is: ATEC Mission Support Contracting Office, P.O. B ox Y, Fort Hood TX 76544. Anticipated award date is 22 June 2005.
- Place of Performance
- Address: Opterational Text Command ATTN: DBCS Fort DRUM NY
- Zip Code: 13601
- Country: US
- Zip Code: 13601
- Record
- SN00826019-W 20050611/050609212449 (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 |