Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2008 FBO #2376
SOLICITATION NOTICE

X -- MSFSC-CIVMAR LODGING & TRANSPORTATION IN SAN DIEGO, CA

Notice Date
5/27/2008
 
Notice Type
Presolicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2, CAMP PENDLETON, VIRGINIA BEACH, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N40442-08-R-7011
 
Response Due
7/28/2008 2:00:00 PM
 
Archive Date
8/12/2008
 
Point of Contact
Cynthia M Clemons, Phone: (757) 417-4547, COREY SQUIRES,, Phone: 757-417-4591
 
E-Mail Address
cynthia.clemons@navy.mil, corey.squires@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Reference Solicitation Number: N40442-07-T-7001 posted Jul 13, 2007 Military Sealift Fleet Support Command (MSFSC) contemplates issuing a solicitation for transportation services and lodging facilities for MSFSCs civilian mariners in the San Diego, CA area. The Government anticipates awarding a single requirements contract in response to the solicitation. The initial period of performance is expected to commence on or about 1 December 2008 for a period of one (1) year with four (4) one-year option period. Room reservations will be made in advance. Minimum requirements The primary lodging facility must hold a current AAA 3 Diamond or a Mobil / Michelin 3 Star, or Yahoo 3 star rating or higher. In addition to the primary facility, the contractor must have a minimum of 1 backup / overflow hotel that meets or exceeds the AAA 3 Diamond, Mobil / Michelin 3 Star, or Yahoo 3 star rating. The backup hotel(s) may be at different locations; however, each facility shall be located within a 25 mile radius and shall provide the same or lower room-night rate as the primary lodging facility. The contractor shall provide a microwave and refrigerator in each mariner’s guest room and maintain a functional coin operated washers and dryers on site. The lodging facility must be within 1/8 mile distance of a public transportation designated stop. Each occupant shall be given a key to his / her room at no charge and with no deposit fee. The contractor / primary facility must provide lodging to the majority (greater than 50%) of the mariners at all times. The backup facilities will only be used when the primary lodging facility exceeds its capacity. Overflow hotel properties may change through out the life of the contract as long as the properties meet all the requirements of the contract and are validated and approved in writing by the Contracting Officer Representative (COR) and Contracting Officer prior to any changes. The Contractor shall provide hotel rooms when called for by the Contracting Officer or his/her designated representatives. The Contractor shall ensure a sufficient number of single rooms are available at all times to meet the Government’s needs. Based on previous history, the room nights will vary with an estimated average of a 120 rooms per night, to as many as 200 per night. Reservations will be made in advance of arrival of the hotel guests by the MSFSC Pt Loma designated POC. Mariners will remain in the same facility from the day they check in until they check out with the exception of those moves at the request of the MSFSC POC based on availability of the contractor. Mariners may not be moved from one facility to another at the sole discretion of the contractor. Any contractor requested moves must submit a request with justification to the MSFSC CSU Pt Loma Site Director for approval. Each mariner shall be entitled to a single room. DINING The Contractor shall provide dining facilities for breakfast, lunch and dinner or there must be dining facilities within one half of a mile from the primary and each of the backup hotels, including “Fast Food” establishments and “Sit Down Restaurants”. Food Services located within the hotel facility (eating and drinking establishments and vending machines operated in conjunction with a hotel) shall be operated in compliance with the Federal, Sate and Local Regulations. This will be a full and open competition conducted under Federal Acquisition Regulations Part 12 and 15. The Request for Proposals (RFP) will be available on the Military Sealift Commands website (www.msc.navy.mil) under the contracts webpage. Interested vendors are strongly encouraged to register on the website to receive notifications when pertinent documents are posted for public viewing.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a7daa3300d34c0490609e1a8cc7bd125&tab=core&_cview=1)
 
Place of Performance
Address: SAN DIEGO, CA, SAN DIEGO, California, 92106, United States
Zip Code: 92106
 
Record
SN01580897-W 20080529/080527215334-a7daa3300d34c0490609e1a8cc7bd125 (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.