SOLICITATION NOTICE
V -- Lodging for Authorized Personnel
- Notice Date
- 12/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- N00189 FISC NORFOLK, PHILADELPHIA OFFICE 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018910QZ013
- Response Due
- 12/16/2009
- Archive Date
- 1/16/2010
- Point of Contact
- Phillip Evans (215) 697-9685 Phillip Evans
- E-Mail Address
-
phillip.evans@navy.mil
(phillip.evans@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- FISC Norfolk Contracting Department Philadelphia intends to solicit on an unrestricted basis for berthing/lodging for authorized Naval Reserve Personnel per Commanding Officer Navy Operational Support Center 7221 Second Street, Columbus, OH 43217. This is a combined synopsis/solicitation for commercial items utilizing simplified acquisition procedures and 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 N00189-10-Q-Z013 applies and is issued as a Request for Quotation (RFQ). The requirement is for an indefinite delivery, indefinite quantity contract with firm fixed price for a room rate. The period of performance is from 01 January 2010 or date of award thru 30 September 2010 plus two one-year options. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. This is a full and open competitive procurement. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/index.htm. The NAICS Code is 721110 and the size is $5M. Section B is as follows: Contract Line Item Number (CLIN) 0001- Lodging for authorized Naval Personnel of the Navy Operational Support Center, Columbus, OH in accordance with the statement of work. CLIN 0001's performance period is from 2010 January 01or date of award thru 2010 September 30. Room rate shall be inclusive of taxes. Hotel/motel shall be in compliance with all Federal, State, and Local Regulations and health and fire regulations. The minimum number of room nights for personnel required to stay is approximately 1,500. The maximum number of room nights for personnel required to stay is approximately 3,000. CLIN 0002 is the same as CLIN 0001 except for the period is 01 October 2010 thru 30 September 2011. CLIN 0003 is the same as CLIN 0001 except for the period is 01 October 2011 thru 30 September 2012. All interested parties who wish to receive a separate file with the formatted CLIN schedule may send an e-mail with their request to Phillip Evans at phillip.evans@navy.mil. (215) 697-9685 The Navy Operational Support Center Columbus will send the Reservation list to the facility no earlier than 2:00 p.m. Wednesday prior to the drill weekend, with the option to add reservations during the week if rooms are still available at the hotel/motel. Check in time is to be no earlier than 3:00 p.m. and no later than 12:00 a.m. The hotel must allow NOSC Columbus to cancel rooms up to and including day of lodging without incurring any charges up to 6:00 p.m. on Friday of the drill weekend. Hotel/motel must not charge for "no shows". Room rate to be charged will be the same rate for single or double occupancy. The rooming/reservation list will establish double occupancy to the maximum extent possible. Officers separate from enlisted and Senior Officers (05 and above) separated from Junior Officers (04 and below) and males separate from females. A Unit CO will not be placed with a member of their own Unit. An exception of separate rooms would be husband and wife, both members of the Navy Reserve drilling on the same day(s). NOSC Columbus will provide the hotel/motel with a list that separates all individuals as required. All rooms reserve will be non-smoking. Hotel/motel must be located within 14 miles of the Navy Operational Support Center Columbus and have a well-lighted parking lot, a full service restaurant. Rooms shall include: two beds (double occupancy) 1 bed (single occupancy), bathroom facilities with sink and mirror separate from water closet bowl and shower, television, telephones, and iron and ironing board. Payment will be made to the hotel/motel the week after the drill weekend using the Government MasterCard. Room occupants are responsible for all charges incurred other than the room rate (ex: room service, telephone, movies, etc.) The Contractor may bill for guests that do not show up only if hotel/motel is sold out. Guests who show up without reservations on the provided list shall be given rooms if available. The required room night tentative dates are: January 9 and10, 2010; February 20/21 and 27/28, 2010; March 13 and 14, 2010; April 10 and 11, 2010; May1/2 and 15/16, 2010; June 5 and 6, 2010; July 10 and 11, 2010; August 7/8 and 21/22, 2010; September 11 and 12, 2010; October 2 and 3, 2010; November 6/7 and 13/14, 2010; December 4 and 5, 2010; January 8 and 9, 2011; February 12/13 and 26/27, 2011; March 12 and 13, 2011; April 2 and 3, 2011; May 7/8 and 14/15, 2011; June 4 and 5, 2011; July 9 and 10,2011; August 6/7 and 20/21, 2011; September 3 and 4, 2011; October 1 and 2, 2011; November 5/6 and 12/13, 2011; December 3 and 4, 2011; January 7 and 8, 2012; February 4/5 and 18/19, 2012; March 3 and 4, 2012; April 7 and 8, 2012; May 5/6 and 19/20, 2012; June 2 and 3, 2012; July 14 an 15, 2012; August 4/5 and 18/19, 2012; September 1and 2, 2012.Additional delivery dates may be requested as required due to changing drill dates. The contractor will be notified within three days after such a change is made. The provision FAR clauses applicable: 52.203-3 Gratuities (APR 1984); 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (JUL 2009); 52.212-1 Instructions to Offerors (JUN 2008) ; 52.212-2 Evaluation of Commercial Items (JAN 1999); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2009); 52.212-3 Alternate I (APR 2002) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (FEB 2009); 52.217-8 Option to Extend Services (NOV 1999) DFAR Clauses applies: 252.212-7000 Offeror Representations and Certifications-Commercial Items (JUN 2005); 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items. 252.232-7003 Electronic Submission of Payment Request and Receiving Reports (MAR 2008) Quoters are advised to include a completed copy of the provisions at 52.212-3 and 252.212-7000 with their offer. 52.216-18 ORDERING. (OCT 1995) (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 date of award through the period of performance. (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. MINIMUM AND MAXIMUM QUANTITIES (FISC DET PHILA) (OCT 1992) As referred to in paragraph (b) of the "Indefinite Quantities" clause of this contract, the total contract minimum quantity is a total of 1,500 room nights worth of orders at the contract unit price(s). The contract maximum quantity is a total of 3,000 room nights.NOTE: (1) Indicate the minimum order value which must be more than nominal, yet it should not exceed the amount which the Government is fairly certain to order. (2) The "Total Amount of Contract" set forth on the face of the contract document should be preceded by the phrase "NOT TO EXCEED." OPTION TO EXTEND THE TERM OF THE CONTRACT (FAR 52.217-9) (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 33 (months). 52.212-2, Evaluation - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price and past performance. Past performance will be considered equally important as price. Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. This announcement will close at 4:00 p.m. (Eastern Standard Time) on 16 December 2009. Contact Phillip Evans who can be reached at 215-697-9685 or email phillip.evans@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All offers shall be sent to FISC Norfolk Contracting Philadelphia, Philadelphia Office, Attn: Phillip Evans, Code 280.2B, 700 Robbins Avenue, Bldg. 2B, Philadelphia, PA 19111-5083 and should reference RFQ N00189-10-Q-Z013. Proposals submitted via facsimile should reference RFQ N00189-10-Q-Z013 and be forwarded to 215-697-9742. All quotes shall include price(s), FOB point, point of contact: name and phone number, GSA contract number if applicable, business size, tax identification number, Cage Code and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The government will not be responsible for any failure attributed to the transmission or receipt of the facsimile proposal. No Numbered Notes apply]..
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018910QZ013/listing.html)
- Place of Performance
- Address: Navy Operational Support Center 7221 Second Street, Columbus, OH
- Zip Code: 43217
- Zip Code: 43217
- Record
- SN02014099-W 20091203/091201235955-0399b895a381291d500d52559cd3ce22 (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 |