MODIFICATION
X -- Change the solicitation number on the announcement to W912CL-06-T-4404. Change the offers due date to 1000 hrs on 13 January 2006.
- Notice Date
- 1/12/2006
- Notice Type
- Modification
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
- ZIP Code
- 78234-7517
- Solicitation Number
- W912CL-06-4404
- Response Due
- 1/13/2006
- Archive Date
- 3/14/2006
- Small Business Set-Aside
- N/A
- Description
- Army Contracting Agency, The Americas intends on procuring services for hotel lodging services at or near the port at Port Hueneme, Naval Facility, California. This requirement is unrestricted. A single award will be made based on best value. Awar d will be conducted under the provisions of FAR Part 12 Commercial Item and FAR Part 13 Simplified Acquisition Procedures. The prospective contractor must be registered in the Central Contractor Registration (CCR). This announcement constitutes the on ly solicitation; proposals are being requested and a written solicitation will not be issued. Request for Quotation number W912CL-06-T-4404 applies. (i) This is combined synopsis/solicitation number W912CL-06-T-4404 issued on 10 January 2006 for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information i ncluded in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) Solicitation W81XP5-5325-0105 is issued as a Request for Quote. (iii) The solicitation document and FAR incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05 and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20050901. (iv) This acquisition is unrestrict ed (v) Army Contracting Agency-The Americas has a requirement for hotel room rental service for 6 persons for the nights of 21 and 22 January 2006, and for 23 persons for the nights of 23 January 2006-4 February 2006. All rooms will be double occupancy wit h two each single beds per room. (vi) Detailed Description: Rooms shall be equipped with individual bath and shower units, TV, phone, air conditioning units, smoke detector (or fire extinguisher in each room) and include normal complimentary accessories s uch as towels, soap, toilet paper. Rooms shall be cleaned daily and linen changed daily. The U.S. Government will not be responsible for incidental charges. Telephones, internet services, and pay television shall be limited to no charge service unless ar rangements are made to with the guest for personnel payment of service. Guests are responsible to pay for their own individual telephone charges. The hotel shall provide washers and dryers so guests can launder their clothing. Guests shall provide their ow n laundry supplies unless complimentary from the hotel. The evaluation factor, which shall be used to evaluate offers: Offerors offering the best overall value to the Government will receive the award. (x) Offerors shall include a completed copy of th e 52.212-3 Offeror Representations and Certifications Commercial Items (June 2003), with each offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Sept 2006), applies to this acquisition. (xiii) The following FAR Clauses also apply to this solicitation Payment by Electronic Funds Transfer. Central Contractor R egistration, 52.252-1, Solicitation provisions incorporated by reference, 52.252-2 Clauses incorporated by reference. The following DFAR Clauses also apply to this solicitation 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Ex ecutive Orders Applicable To Defense Acquisitions of Commercial Items, 252.225-7041 Correspondence in English, 252.232-7003 Electronic Submission of Payment Requests. The FAR clauses mentioned above can be accessed at www.arnet.gov/far (xiv) The Defens e Priorities and Allocation Systems (DPAS) assigned rating for this procurement is unrated. (xv) There are no numbered notes applicable. (xvi) Signed and dated offers, to include a complete listing of all items, must be submitted to SFCA-TA-MSD Att n: Steven Beckman 3205 Stanley Road, Ft Sam Houston, TX 78234 not later than 1000 hrs, 13 January 2006 . Responsible sources may submit a quote which shall be considered. Offers may be submitted via mail, facsimile, or e-mail. (xvii) POC: Ste ven Beckman 210-295-6099, fax: 210-295-6834, or e-mail: steven.beckman@samhouston.army.mil
- Place of Performance
- Address: ACA Southern Hemisphere Mission Support 2450 Stanley Road Suite 320, Building 1000 2nd Floor Fort Sam Houston TX
- Zip Code: 78234-7517
- Country: US
- Zip Code: 78234-7517
- Record
- SN00965649-W 20060114/060112213542 (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 |