SOLICITATION NOTICE
V -- Short Term Lodging, JADOC Apr/May 09
- Notice Date
- 3/26/2009
- Notice Type
- Modification/Amendment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, Capital District Contracting Center, ACA, Capital District Contracting Center, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
- ZIP Code
- 22060-5116
- Solicitation Number
- W91QV1-09-R-0014
- Response Due
- 4/8/2009
- Archive Date
- 6/7/2009
- Point of Contact
- Sharon Shelton, 703 806-4435<br />
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of this modification is to change the antiipated release date of solicitation from 3 April 2009 to 27 March 2009. In addition, the following is a list of Questions, with answers, received for this requirement. 1. Question: Can you send me the RFP? Answer: The RFP has not been released as yet. The anticipated release date is 3 April 09, as indicated in the pre-solicitation notice dated 12 Mar 09. Mission Installation Contracting Command will not be issuing hard copies of the solicitation. Perspective offerors must download the solicitation, once it is released, for use in preparation of their proposal. 2. Question: How can we submit our bid for this requirement? Answer: The anticipated release date for the solicitation is 3 April 09. All proposals must be submitted as instructed in the solicitation, Addendum 52.212-1. 3. Question: Will you be sending out solicitations? Answer: No. Mission Installation Contracting Command will not be issuing hard copies of the solicitation. Perspective offerors must download the solicitation, once it is released, for use in preparation of proposal. 4. Question: What is the performance period? Answer: The period of performance is indicated in the Performance Work Statement, Section 1.2, 22 April 09 26 May 2009. 5. Question: Do you have a preference in location, i.e. suburb, downtown? Answer: In accordance with the Performance Work Statement, Section 1.1, facilities must be located within a 10 mile driving distance from 5250 Duke Street, Alexandria, VA 22304. 6. Question: What is the Quantity of rooms needed? Answer: Rooms requirements are outlined in detail in Section 1.1 of the Performance Work Statement. 7. Question: How many rooms do you need per night? Answer: In accordance with the Performance Work Statement, Section 1.2, rooms will be needed for the entire period of performance, 22 April 2009 26 May 2009. The numbers of rooms are noted in the performance work statement, Section 1.1. 8. Question: Is the exact breakdown of rooms available on FedBizOpps? Answer: Yes. The exact breakdown of rooms is indicated in the Performance Work Statement, Section 1.1. 9. Question: What is the lowest possible number of rooms we could commit to? There is a rumor going around that its a 24 room minimum. Answer: There are not a minimum number of rooms required. Offerors are not required to propose on all line items, or on the entire quantity of each line item. More information will be given in the solicitation, Addendum 52.212-1. 10. Question: Our hotel is conveniently located to many of Washington's major attractions (including the Pentagon) and the Rosslyn Metro Station (subway). Will these accommodations work for you? Answer: Details of location requirements are given in the performance work statement, Section 1.1. 11. Question: I saw in one of the paragraphs it was noted that no hotel can have more than 50 rooms for your group. However, I also saw the noted exception for small business. Are we able to house your 98 room group at one location or at various locations with a max of 50 rooms per hotel? Answer: In accordance with Performance Work Statement, Section 4.1Under the Threat Protection travel guidelines, maximum number of units per location shall not exceed 50. This requirement is 100% set-a-side for small businesses. 12. Question: Location of 5250 Duke Street is Windsor Apartment locations. I believe that is the location of the incumbent contractor. My question is, Is requirement of the 98 units an additional need to the existing contract? Answer: No, this is a separate requirement. 13. Question: A previous JADOC requirement posted in December of 2008 requesting similar needs was cancelled. That requirement was for 12 months leases. My question is, Is there any chance this requirement there would be an extension beyond the 4/22-5/26? Answer: No. The period of performance will be 22 April 26 May 2009 as stated in the Performance Work Statement, Section 1.2. 14. Question: The bed types indicated the following: 52-One Bedroom sleeping units, with a minimum of two full size beds or larger (Would two twin beds meet the requirement?) 24-Two Bedroom sleeping units, with a minimum of three full size beds or larger (Would again two twin beds meet the requirement in one of the bedrooms?) Answer: No. The bed type requirement as indicated in the Performance Work Statement, Section 1.1: The only acceptable sleeping furnishing is a full size or larger mattress with box spring and frame, as indicated in the performance work statement, Section 1.3 15. Question: The above listed Small Business Set-aside does not offer sufficient protections and opportunity for a Service Connected Disabled Veteran Owned Business. Can the Set-Aside be modified from Total Small Business to SDVOSB only? I believe that that modification will provide sufficient protections IAW congressional intent and Executive Orders. Answer: No. Based on preliminary market research conducted, there would not be adequate competition if set aside solely for SDVOSB. The set aside will remain as 100% small business, which does not preclude a SDVOSB from submitting a proposal. 16. Question: Our Studio/One-Bedroom units sleep with a QUEEN/KING bed + a DOUBLE sofa bed sleeper; will this suffice the request for two beds? Answer: No. In accordance with the performance work statement, Section 1.3, The only acceptable sleeping furnishing is a full size or larger mattress with box spring and frame. 17. Question: Is this bid only for small businesses? Answer: Yes. This requirement is 100% set-a-side for small business. 18. Question: If the facilities cannot provide in room stove/range top and utensils, can they provide a common area room with those facilities as well as an eating area? Answer: No. Facilities must meet the requirements of the Performance Work Statement, Sections 1.3 and 1.4.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=163a7b90c8076dc4efee8647a6cc5cba&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Capital District Contracting Center Directorate of Contracting, 9410 Jackson Loop, Suite 101 Fort Belvoir VA<br />
- Zip Code: 22060-5116<br />
- Zip Code: 22060-5116<br />
- Record
- SN01778381-W 20090328/090326215717-163a7b90c8076dc4efee8647a6cc5cba (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 |