Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2005 FBO #1494
SOLICITATION NOTICE

X -- Lodging/Hotel Accommodations

Notice Date
12/27/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060406T0199
 
Response Due
1/10/2006
 
Archive Date
2/9/2006
 
Description
This is a combined synopsis/solicitation for the acquisition of commercial supplies prepared in accordance with the format in FAR Subpart 12.6 and FAR Subpart 13.5 as supplemented with additional information included in this announcement. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. WRITTEN PROPOSALS ARE REQUIRED AND A WRITTEN SOLICITATION will not be issued. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation No. N00604-06-T-0199 is issued as a Request for Quotation (RFQ) incorporating provisions and clauses in effect through Federal Acquisitions Circular 2005-06 and DFARS Change Notice 20051220. This procurement is unrestricted and is therefore open to both small and large business concerns. The applicable NAICS code is 721110 and the small business size standard for this procurement is $6M. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. A single award (Firm Fixed Price) will be made to the lowest priced, technically acceptable quote. The resulting award is intended to be a Firm Fixed Price contract. The requirement is to provide hotel facilities and lodging in Guam in accordance with the Statement of Work as follows: STATEMENT OF WORK CARRIER AIR WING FIVE (CVW-5) EXERCISE 1. INTRODUCTION Commander, Carrier Air Wing FIVE will conduct an exercise at Anderson AFB Guam, but due to the volume of personnel, seeks suitable commercial accommodation to support its mission. 2. BACKGROUND Carrier Air Wing FIVE requires a provider that can meet specific requirements to accommodate 24 ?hour work schedules of personnel and other unique mission essential requirements required to fully support this effort. 3. SCOPE OF WORK The contractor shall provide lodging for Carrier Air Wing FIVE guests throughout the contract period to provide maximum availability for personnel. Individual attendees will pay all meals and other incidental charges. 3.1 Effective Dates: 21 February 2006 ? 21 March 2006 3.2 Lodging/Accommodations The contractor shall provide lodging to accommodate a varying flow of personnel occupancy throughout the period 21 February through 21 March 2006. Breakdown of room compositions is as follows Single Double 4-Man Total Pers 21 February ? 25 February 2006 4 8 12 65 25 February ? 18 March 2006 68 276 60 832 18 March ? 21 March 2006 4 9 15 82 The total number and composition of rooms may be adjusted if changes are necessary due to mission requirements. It is estimated that an increase of no more than 5 rooms would be requested if additional personnel are required prior to, or during the detachment period. If an increase in the number of rooms is necessary, the contracting officer shall be notified and a modification will be issued to cover the increase. Notification of such modifications will be provided to the contractor no later than 10 days prior to start date. 3.3 Operations Center The contractor shall provide a room to be used as an Operations Center by designated Carrier Air Wing Staff personnel. The room shall include access to a telephone, fax machine, copier, etc. for official business. 3.4 Meals The contractor shall be capable of providing Continental breakfast (400 ? 450 people), lunch (100 ? 150 people) and dinner (300 ? 350 people). Breakfast shall be made available from 0730 ? 0900, lunch from 1130 ? 1400 and dinner from 1800 ? 2000. These times are optimum to support working schedules of detachment personnel, however slight modification can be agreed upon prior to arrival between the provider and the Carrier Air Wing FIVE Point of Contact CWO2 Capulong. All meals shall be paid by the individual. The government will not be responsible for any meals. 3.5 Miscellaneous 3.5.1 Telephone Service, Honor Bar, and Pay Per View: All changes incurred for these services/amenities will be borne by the individual. The government will not pay for these charges. 3.5.2 Housekeeping Service: In accordance with standard hotel housekeeping services. 3.5.3 Check in: In accordance with hotel policy and procedures. 3.5.4 Flipchart bulletin boards: Flipcharts shall be provided in lobby areas of property/properties for posting of Carrier Air Wing FIVE bus schedules, announcements, etc. 4.0 BILLING/PAYMENT The contract shall cover only the guest room and tax charges. All incidental and other charges are the responsibility of each guest. Final billing shall be submitted to the Government POC by 7 April 2006. 5.0 GOVERNMENT POINT OF CONTACT (POC) The point of contact for this requirement is CWO2 Capulong. He can be reached at 81-80-46763-4314, E-Mail: aristedes.capulong@cvw5.navy.mil. FOB Guam. Performance Period: 21 February 2006 ? 21 March 2006. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies with the following addendum: Paragraph (h) Multiple Awards: Delete entire paragraph and insert single award. The Government plans to award a single contract resulting from this solicitation. FAR 52.212-2 Evaluation of Commercial Items apply. The following factors shall be used to evaluate offers: (1) Technical Acceptability (2) Price. A single award will be made to the low cost, technically acceptable responsible offeror. The Government reserves the right to make a technical acceptability determination without discussion with the offeror. Offeror shall price all CLINs. In the event the unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and award purposes. Offerors shall include with the offer a completed copy of the provision in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items. If the offeror has completed the annual representations and certifications (for FAR 52.212-3) electronically at http:/orca.bpn.gov, the offeror shall complete only paragraph (j) of the provision. The following FAR clauses apply to this requirement: FAR 52.212-4, Contract Terms and Conditions ? Commercial Items and FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. The following clauses under FAR 52.212-5 apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt 1; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52 .222-36 Affirmative Action for Workers with Disabilities. (29 U.S.C. 793); FAR 52.222-37 Employment Reports on Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (E.O. 13201), FAR 232-33 Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332) and FAR 52.232-36 Payment by Third Party. FAR 52.232-18 Availability of Funds, FAR 52.215-5 Facsimile Proposals apply. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items includes the following clauses incorporated by reference: FAR 52.203-3 Gratuities; DFARS 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.243-7002 Request for Equitable Adjustment. DFARS 252.204-7004 Required Central Contractor Registration and DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting apply to this requirement. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.osd.mil/dp/dars/dfars.html. The Government intends to award a single Firm Fixed Price (FFP) contract resulting from this solicitation. A single award will be made to the lowest priced, technically acceptable quote. All prospective quoters interested in submitting a proposal for this solicitation shall include their name, address, telephone number and point of contact, fax number, e-mail address and commercial and Government Entity (CAGE) code. Proposals shall be emailed to annabelle.miller@navy.mil no later than 10 January 2006, 12:00 noon Hawaii Standard Time. Facsimile proposals will be accepted at (808) 473-0811 or (808) 473-3524.
 
Record
SN00958788-W 20051229/051227211922 (fbodaily.com)
 
Source
FedBizOpps 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.