SOLICITATION NOTICE
99 -- Off-post lodging accommodations to support ROTC Warrior Forge 2009 Training at Fort Lewis, WA from 1 June - 9 August 2009
- Notice Date
- 5/26/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, MICC Fort Lewis, MICC, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S809T0020
- Response Due
- 5/29/2009
- Archive Date
- 7/28/2009
- Point of Contact
- MARIA DE L SANTIAGO, 253-966-3499<br />
- E-Mail Address
-
MICC, Fort Lewis
(maria.santiago1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION W911S8-09-T-0020 OFF-POST LODGING IN SUPPORT OF WARRIOR FORGE 2009 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request for Quotations (RFQ) number W911S8-09-T-0020. All quotations shall reference the RFQ number W911S8-09-T-0020 and shall be submitted by 12:00:00 P.M. (PDT) on 29 May 2009. The anticipated award date is 30 May 2009. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular (FAC) 2005-32 Tech Amend Effective 14 May 2009, FAC 2005-31 Effective 20 April 2009, and DAC 20090115. This acquisition is unrestricted. The North American Industry Classification system code (NAICS) is 721110 and the size standard is $7 M. DESCRIPTION OF REQUIREMENTS FOR THE ITEMS TO BE ACQUIRED: The contractor shall furnish all labor, materials, supervision, and associated services to provide off-post lodging accommodations as defined in the Statement of Work (SOW). SOW is available on MICC, Directorate of Contracting web site: http://www.lewis.army.mil/doc, under Solicitations. MICC, Directorate of Contracting, Fort Lewis, WA, intends to award a firm fixed-price total requirements contract for the period 1 June 2009 9 August 2009 for the following commercial item: 4,310 single/double occupancy rooms, each with at least the amenities listed in the SOW. The Contract Line Item Number (CLIN) Schedule applicable to this acquisition is as follows: CLIN 0001: Lodging Services Single/Double Occupancy, Estimated QTY: 2,050 Each 1 June - 30 June 2009 CLIN 0002: Lodging Services Single/Double Occupancy, Estimated QTY: 2,200 Each 1 July -31 July 2009 CLIN 0003: Lodging Services Single/Double Occupancy, Estimated QTY: 60 Each 1 August - 9 August 2009 BASIS OF SELECTION: The following factors will be used to evaluate the submitted quotations: Price, Technical Capability, and Past Performance. The award shall be made on the basis of the lowest priced, technically acceptable quotation, with low or unknown risk for past performance. Technical factor will be evaluated using the following rating method: (1) Acceptable (Acceptable quality and meets minimum SOW requirements necessary for satisfactory contract performance); (2) Unacceptable (A quotation that fails to meet minimum SOW requirements necessary for acceptable performance). Past Performance will be assigned an adjectival risk rating as follows: (1) Low Risk (Based on the quoters performance record essentially no doubt exists that the quoter will successfully perform the required effort); (2) High Risk (Based on the quoters performance record, substantial doubt exists that the quoter will successfully perform the required effort); and (3) Unknown risk (No performance record identifiable). Price will be evaluated using Price Analysis Techniques and the following criteria: (1) Total Price (The total price is the sum of the prices for the CLINs of the solicitation); (2) Reasonable (A price is reasonable if, in its nature or amount, it does not exceed what an ordinarily prudent person in the conduct of normal competitive business would incur). QUOTATION PREPARATION INSTRUCTIONS: A complete quotation consist of the following: (1) Contract Line Item Number (CLIN) Schedule. Clin Schedule is available at MICC, DOCs web site (http://www.lewis.army.mil/doc). Include unit price, extended price and total price for stated periods of performance; (2) A completed copy of FAR 52.212-3 Alt I and DFARS 252.212-7000 Representations and Certifications; (3) A written summary of the quoters technical capability to meet the minimum requirements of the solicitation. Your written summary shall include as a minimum: Specifics to address number of single and double occupancy rooms, type of amenities, distance from the Main Gate of Fort Lewis, WA, on Interstate Highway 5 (North and South); and (4) Past Performance information. Quoters shall provide three (3) recent and relevant past performance references with whom recent past performance can be verified. Past performance reference information should include points of contact, telephone numbers and an email address. The Government will also use other available resources to evaluate and assess risk for past performance. THE FOLLOWING FAR CLAUSES AND PROVISIONS APPLY TO THIS ACQUISITION: This solicitation incorporates solicitation provisions and clauses by reference, the full text of the solicitation provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far or http://farsite.hill.af.mil. 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.212-1 Instructions to Offerors-Commercial Items (paragraph (h) of FAR 52.212-1 is deleted); ADDENDUM to FAR 52.212-1(c) Period of Acceptance of Quotations. The quoter agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of quotations, unless another time period is specified in an amendment to the combined synopsis/solicitation; FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items (Quoters shall include a completed copy of FAR 52.212-3 Alt I and DFARS 252.212-7000 as part of their quotations or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx). Vendors who fail to furnish required representations or information or reject the terms and conditions of this solicitation may be excluded from further consideration for award. FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes and Executives Order-Commercial Items applies to this acquisition. The following clauses cited in FAR 52.212-5 are applicable to this acquisition: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-28, Post-Award Small Business Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation w/Authorities & Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity (E.O 11246); FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-37 Employment Reports on Special Disabled Veterans of Vietnam Era; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-41, Service Contract Act of 1965 (This contract is subject to the Service Contract Act. Wage Determination # WD 95-0079 (Rev.-18) is part of this contract and is available on the MICC, Directorate of Contracting web site (http://www.lewis.army.mil/doc) under Solicitations); FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following clauses cited in DFARS 252.212-7001 are applicable to this acquisition: FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.247-7023 Alternate III Transportation of Supplies by Sea; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. Also applicable to this acquisition are the following clauses: FAR 52.223-10 Waste Reduction Program; FAR 52.223-15 Energy Efficiency in Energy-Consumable Products; and FAR 52.242-15 Stop Work Order. FAR 52.216-18 ORDERING. (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 1 June 2009 through 9 August 2009. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause). FAR 52.216-19 ORDER LIMITATIONS. (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those services under the contract. (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of 70 Rooms per night; (2) Any order for a combination of items in excess of 70 Rooms per night; or (3) A series of orders from the same ordering office within three (3) calendar days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within one (1) working day after issuance, with written notice stating the Contractor's intent not perform the services called for and the reasons. Upon receiving this notice, the Government may acquire the services from another source. (End of clause); FAR 52.216-21 REQUIREMENTS (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as estimated or maximum in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 9 August 2009.(End of clause). PAYMENT: (a) The contractor shall accept payment by the Government commercial credit card. All costs associated with the use of a Government credit card, e.g., transaction fees, must be included in the price for the appropriate CLIN(s). (b) The Government may use the credit card to pay for the fixed items and for oral or written delivery orders. Oral delivery order means an order placed orally either in person or by telephone, which is paid for by Government Commercial Credit Card. (c) The contractor, to whom this contract is awarded, shall not process a transaction for payment through the credit card clearinghouse until services have been performed. (d) All credit card transactions are paid within 36 hours of receipt of an invoice by the bank Card Services. QUOTATIONS SUBMITTAL INSTRUCTIONS: Quotations shall be submitted via email to maria.santiago1@us.army.mil. Quoters shall provide as a minimum: 1) RFQ number; 2) Name, address, and telephone number of point of contact of quoter. For information regarding this combined synopsis/solicitation, contact Maria De L Santiago at (253) 966-3499, e-mail: maria.santiago1@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ25/W911S809T0020/listing.html)
- Place of Performance
- Address: MICC, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA<br />
- Zip Code: 98433-9500<br />
- Zip Code: 98433-9500<br />
- Record
- SN01827024-W 20090528/090526234957-5d28e394ebb8607ef2b91e73a5f97d79 (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 |