Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2009 FBO #2728
SOLICITATION NOTICE

X -- Multiple Award Lodging Contract. Lease of hote/motel rooms to repetatively house military service members during training period.

Notice Date
5/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, National Guard Bureau, 148 FW/LGC, 148 FW/LGC, 4625 Deuce Avenue, Duluth, MN 55811-6012
 
ZIP Code
55811-6012
 
Solicitation Number
W912LM-09-R-4001
 
Response Due
5/29/2009
 
Archive Date
7/28/2009
 
Point of Contact
Tana Johnson, 218-788-7241<br />
 
Small Business Set-Aside
N/A
 
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. Solicitation Number: W912LM-09-R-4001 Notice Type: Combined Synopsis/Solicitation Synopsis: (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition Procedures in FAR 13 and the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (II) Solicitation number W912LM-09-R-4001 is hereby issued as a Request for Proposal (RFP). (III) The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31. (IV) This acquisition is reserved for small business concerns; however, the Government is accepting quotes from large businesses. In the event of insufficient small business concern participation, award may be made to a participating large business (cascading set-aside). The associated North American Industry Classification System (NAICS) code for this procurement 721110, $7 million small business size standard. (V) Item 1; standard hotel/motel room for 1 (one) occupant meeting the provisions provided in attached Statement of Work and Contract Schedule Notes. Desire estimated quantity of 15 through 120 rooms monthly for 2 nights. Additional estimated quantity of 120 rooms for 15 additional nights during one specific time period throughout a 12 month period. Item 2: standard hotel/motel room for 2 (two) occupants (double occupancy/2 beds) meeting the provisions provided in attached Statement of Work and Contract Schedule Notes. Desire estimated quantity of 15 through 120 rooms monthly for 2 nights. Additional estimated quantity of 120 rooms for 15 additional nights during one specific time period throughout a 12 month period. (VI) Rooms must meet minimum standards provided in attached Statement of Work and Contract Schedule Notes. (VII) Frequency of service is required as detailed in the attached Statement of Work on an ongoing basis. Required dates will be updated annually at a minimum. Delivery and acceptance will be at offerors location. (VIII) The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror-Commercial, applies to this solicitation, 52.222-21, Service Contract Act 1965. (IX) Provision at 52.212-2, Evaluation -- Commercial Items, is applicable to this acquisition. The specific evaluation criteria are included by addenda to this solicitation. (X) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (XI) FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (XII) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. (XIII) Current and prevailing wage rates are applicable to this solicitation and can be found at; http://www.wdol.gov/ A wage rate determination, issued by the U.S. Department of Labor is incorporated into this agreement. The wages indicated are the minimum that must be paid to all laborers under this contract (See Wage Determination). The contractor is advised that this acquisition is subject to the requirement of the service contract act of 1965, as Amended (41 USC 351-358) and attention is invited to the obligation of the contractor under section 4(c) of the amended service contract act. Any questions regarding the extent of these obligations should be addressed to the department of labor. The register of wage determinations and fringe benefits is applicable to this agreement: a.County: Wage Determination No: 2005-2285 Rev (5) b.Area: St. Louis County, Duluth, MN 06/13/2008 i.11240-Maid or Houseman Service - Rate: $9.39 Per Hour plus $3.24 for health and welfare. ii.99050 - Desk Clerk Services - Rate: $8.94 Per Hour plus $3.24 for health and welfare. (XIV) N/A (XV) Proposal are due to the Minnesota Air National Guard, 148 MSG/MSC, 4685 Viper Street, Duluth, MN 55811 by 29 May 2009, 12 pm central standard time. Email quotes will be accepted at tana.johnson@mndulu.ang.af.mil, FAX quotes will also be accepted at (218) 788-7403. (XVI) Point of Contact is MSgt Tana Johnson, 148 MSG/MSC, 4685 Viper Street, Duluth, MN 55811, (218)-788-7421, tana.johnson@mndulu.ang.af.mil. Addendum to 52.212-2, EvaluationCommercial Items Selection Criteria The Government selection criteria shall use the following factors. AREA A: PRICE Item 1: Cost per room or best commercial practice. Offerors shall propose a cost per room price or other commercial practice reflecting best price offer. Estimated quantities of desired rooms range from 25 to 150 rooms required per ordering period. AREA B: CAPABILITIES Item 1: compliance with local, state and federal fire codes Item 2: capable of single and double occupancy rooms Item 3: reside and operate within 15 miles from the 148th FW, 4680 Viper Street, Duluth MN 55811; (no store fronting permitted) Item 4: capable of providing a minimum of 25 rooms for each ordering period Item 5: provide off street parking Item 6: have a AAA or equivalent rating Item 7: provide at a minimum bi-monthly invoicing. AREA C: PAST PERFORMANCE Item 1: Company Experience. Submit documentation identifying relevant experience with similar contracts. Item 2: Governmental knowledge of past performance will also be considered. NOTE: AREAS B and C when combined are relatively equal when compared to price. STATEMENT OF WORK 1. The 148th Minnesota Air National Guard Base Contracting Office proposes to establish a 'Multiple Award Lodging Contract' for the 148th Minnesota Air National Guard. Contract will provide for a base year with 4 option years to be exercised at the Governments discretion. Contract type shall be Fixed Price/Indefinite Delivery/Indefinite Quantity. Resultant Contract will provide for use by Minnesota National Guard customers. IAW Federal Acquisition Regulation subpart 16.504(c) multiple awards will be made from this single solicitation. It is anticipated three to five contracts will be awarded to lodging establishments (hereinafter referred to as The Contractor). 2. ORDERING SYSTEM/ORDER PLACEMENT a.Minnesota National Guard will be the sole agency placing orders under this contract. b.A list of Government personnel authorized to place orders (reservations) against this contract will be furnished to the contractor by the Contracting Office in the form of a letter. c.Letter will identify each individual by organizational component, reflect his or her dollar limitations for each order, and will be kept current by the Contracting Officer. d.Only individuals on this list can establish room reservations through the payment provisions of this contract. 3. PROCEDURES FOR USE a.Placing orders (reservations). When an order is placed (orally or written) for hotel rooms, the Base Lodging Clerk will provide a list of eligible personnel authorized to receive contract quarters. The base will pay for room charges of individuals authorized contracted quarters. b.Unless stated otherwise, the base will use the electronic invoicing system through Wide Area Workflow to pay for authorized charges. Telephone, movie and other incidental charges are the responsibility of the guard member. c.All individuals will register in the normal manner and must sign the government provided registration document. d.The 148th will provide an on site National Guard representative to assist with check-in procedures on the first evening of a block of 20 or more rooms. 4. PRICING Prices will be in accordance with the approved price list that it is in effect when the call was made. a.The Contractor shall provide the government with a current price list of single and double room costs, in writing, for approval annually. b.Changes to the approved price list will be provided no later than 30 calendar days prior to the effective date of the price change to permit review and approval and distribution to ordering activities. The Contractor is responsible for keeping this price list current, as changes are required due to seasonal changes, or regular price increases or decreases. c.Price list is to be mailed to: Minnesota Air National Guard Base 148 MSG/MSC 4685 Viper Street Duluth, MN 55811 Phone: (218) 788-7241; Fax: (218) 788-7403 5. Guarantee Late Arrival: Rooms will be held until 6:00 p.m. on the day of arrival unless guaranteed for late arrival by individual for who the room was reserved. After 6:00 p.m. any room(s) not guaranteed may be released. 6. Delivery Tickets/Sales Slip: All deliveries/services provided under this agreement shall be accompanied by standard original delivery ticket or sales slip. The delivery ticket or sales slip shall contain the following information: a.Name of Company b.Contract number c.Date the order was placed d.A list of names of personnel occupying the room (s) e.Quantity and unit price less applicable discounts 7. INVOICING: a.Send initial invoice to: 148th FW - Services Office 4680 Viper Street Duluth MN 55811 b.An itemized invoice (1 copy) shall be submitted at a minimum bi-monthly when charges have occurred and, for all deliveries made during a billing period. Copies of delivery tickets/sales slips are required with invoices. c.In accordance with terms and conditions of this Contract the contractor is authorized partial payments for goods and/or services received and accepted by the Government. d.Sales Tax: 1)Federal Government is not liable for State and Local Tax. 2)Government is liable for Room Taxes e.A delivery order will be issued by the base contracting office, creating a unique delivery order number for each invoice. f.The contracting office will notify the Contractor of the delivery order number. g.The Contractor will submit an electronic invoice through Wide Area Workflow; https://wawf.eb.mil/ 8. PAYMENT MADE BY:Defense Finance and Accounting System (DFAS) via the electronic invoicing system; Wide Area Workflow; https://wawf.eb.mil/ 9. QUALITY PROGRAM. The Vendor shall incorporate a quality program in accordance with current industry standards. 10. FLUCTUATION IN DELIVERY ORDER QUANTITY REQUIREMENTS. a. Anticipated frequency of need is an average of 140 rooms for 2 nights per month and an additional 140 rooms for 15 nights once throughout a 12 month period. The following is an example schedule: January - December, estimated 24 nights total August; estimate 15 nights b. Requirements of this contract are subject to fluctuations based on a variety of factors, such as seasonal increases/decreases in personnel, surges in personnel during crisis situations, training requirements, etc. c. The Vendor Customer Representative should maintain open communications with the ordering activities to be aware of these fluctuations and work closely with customers to provide the increased quantity and frequency of rooms during these critical times. CONTRACT SCEHDULE NOTES 1. Pricing: The contractor shall provide written price lists. The price list should contain quantity of single rooms available, quantity of double rooms available and price. Rate increases may be made only by written notice to the Contracting Officer thirty calendar days in advance of such proposed increases. Rate increases must include the effective date of such change and must be approved by the Contracting Officer. Rates may be decreased at any time at the discretion of the contractor. The Contractors prices to the Government shall be as low or lower than those charged to the suppliers most favored customers, include any discounts for quantity variations, prompt payment, and any other available discounts and shall not be over the daily rate established by GSA (General Services Administration) government maximum daily lodging rate, http://www.hotelsatperdiem.com/ 2. Capability requirements: Establishment must: be in compliance with local, state and federal fire codes; be capable of single and double occupancy rooms; providing a minimum of 25 rooms for each ordering period, reside and operate within 15 miles from the 148th FW, 4680 Viper Street, Duluth MN 55811; provide off street parking; have a AAA or equivalent rating; and provide at a minimum bi-monthly invoicing. 3. PRE-PROPOSAL CONFERENCE is scheduled for June 03, 2009, 10:00 am at Minnesota Air National Guard, 148th Fighter Wing, 4685 Viper Street, building 281, Duluth MN 55811. Attendance is recommended.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/spg/USA/NGB/DAHA21-1/W912LM-09-R-4001/listing.html)
 
Place of Performance
Address: 148 FW/SVS 4680 Viper Street, Duluth MN<br />
Zip Code: 55811-6012<br />
 
Record
SN01817574-W 20090516/090514220643-f8b26e2bd0d45c3aa54cf2f495e2b12c (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.