SOLICITATION NOTICE
V -- Hotel Rooms
- Notice Date
- 3/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Fort Campbell DOC, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W9124810T0007
- Response Due
- 3/12/2010
- Archive Date
- 5/11/2010
- Point of Contact
- SaLonda M. Ozier, 270-798-7810
- E-Mail Address
-
Fort Campbell DOC
(salonda.m.ozier@us.army.mil)
- 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 W91248-10-T-0007 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. The NAICS Code is 721110 and the small business size standard is $6,500,000. This requirement is solicited on an unrestricted basis for lodging services within 25-mile radius of Gate 4, Ft Campbell, KY. Wage Determination 2005-2187 Rev #8 applies for the Maid or Houseman and Desk Clerk positions. This requirement is for hotel room rental for the period of 07 April 2010 through 12 April 2010 and 21 April 2010 through 24 April 2010 in commercial hotel facilities within a 25-mile radius of Gate 4, Ft Campbell, KY 42223. This requirement is for: CLIN 0001, Quantity of 58 Double Bed Rooms, with a period of performance of April 7-12, 2010. CLIN 0002, Quantity of 58 Double Bed Rooms, with a period of performance of April 21-25, 2010. CLIN 0003, Contractor Manpower Reporting. In order to be considered responsible, the offeror must be capable of providing rooms that meet the health, fire, and safety requirement outlined herein. Also, the hotel facility must be within 25 miles of Gate 4 (on Ft Campbell Blvd), Ft Campbell, KY. THE OFFEROR SHALL SPECIFY HOW MANY ROOMS WILL BE AVAILABLE DURING THE REQUESTED PERIOD OF PERFORMANCE. Award will be made to the responsible offeror whose offer conforming to the solicitation is most advantegous to the government, price and other factors considered. The factors are PRICE AND NUMBER OF ROOMS AVAILABLE. Number of rooms available is slightly more important than price. The government reserves the right to award to other than the lowest price if determined be in the best interest of the government. If rooms have been officially reserved for use by the Government, then by 12:00 noon CST everyday (or a mutually negotiated alternate time), a Government appointed Point of Contact shall notify the hotel how many rooms are needed for the upcoming night. In the event a hotel receives this notification the Government will not pay for the rooms for that night if proper notification was given; the hotel is free to lease the rooms for that night to any commercial customer. Due to the fact that the government is unable to anticipate the number of rooms that will be needed at any given time, the successful offeror (s) must be prepared to have rooms available upon request. The Government requires a minimum change of linen twice a week or upon change of occupancy, whichever comes first. Daily towel service shall be two (2) bath, (2) hand towels, three (3) wash cloths and one (1) bath mat. Linens and towels shall be fresh and free of rips and tears. Maid/housekeeping service (to include but not limited to: dusting, vacuuming, replacing soiled linen as stated above, making bed, empty trash containers, clean bathroom, replenish soap and sanitized glasses) shall be provided. All rooms shall be free of insect infestation (roaches, ants, spiders, etc.). Rooms shall be equipped with a private bath with shower/tub, toilet, sink, well lighted mirror, electrical outlet convenient to sink, and continuous hot water, one (1) trash container in bathroom and (1) in living area. All bathrooms shall have a good working exhaust fan or an exterior window. All tiles shall be free of cracks or missing pieces. Rooms shall be carpeted. Carpet shall be clean, padded and in good condition. Rooms shall have color cable TV with remote controls. Independently controlled air conditioning/heating shall be in each room and shall be in good working order. A telephone shall be furnished in each room. Local calls shall be allowed without charge. The entrance shall be accessible by key lock or electronic lock and shall be equipped with interior deadbolt and a peephole. Connecting room doors shall be equipped with a deadbolt. The room key shall not reflect room number. Ground floor windows shall be equipped with security locks. Sliding doors shall also be equipped with an effective locking device. All ground floor doors and windows, which are accessible from walkways and common balconies, shall have a secondary security lock. A minimum of two beds, one night stand; each bed shall have two pillows, one blanket, one bed spread. Also, the room shall have one comfortable chair, closet or closet hanging space, a table or desk suitable for writing with suitable overall lighting, a luggage rack or suitable bench space for storage of luggage, and adequate shades/drapes or blinds to cover all windows/glass areas shall be provided in each single room. The desk area shall have accessible electrical receptacles. Furniture shall be clean and in good condition. Rooms shall be free of chipped or peeling paint. Wallpaper, draperies, bed and bedding shall be in good condition and free from soil or stains. All rooms, beds/bedding, carpet, walls; drapery shall be free of any mildew/mold(s) and/or stains of other nature. Ice machine shall be available on premises at all times. Occupants under this contract will be afforded access to all hotel facilities, as are regular guests. Rooms will have refrigerator, Internet connection, and microwave in each room. Facility must have smoke detector installed and automatic sprinkler system. All offers shall specify the number of double rooms they have available and the size of the rooms. The contractor shall maintain and have available a Quality Control Plan in place to ensure that the facilities meet the state and local health, sanitation and fire prevention standards and that the inspections are being conducted in accordance with said plan. Quality Control Plan documentation shall be made available to the Government upon request during the term of the contract. The contractor shall maintain and have on file available whenever the Government requests inspection of it all applicable inspections/reports required by law (i.e., fire, health, safety, etc.). The Contractors facility shall comply will all applicable health, fire, and safety codes and regulations and verification of compliance is mandatory by the Contracting Office prior to award. If the Contractor fails to provide satisfactory proof of compliance the offer shall be considered. The Government will not be responsible for any miscellaneous charges incurred by the individual occupants (i.e., long distance calls, room service, damage claims, guest charges, laundry service). The Government is under no obligation to provide services for accompanying spouses or visitors. Charges for spouses or visitors shall be between the Contractor and the Occupant. The Contractor must clearly outline to each occupant which miscellaneous services are not covered by this contract such as personal telephone charges, pay-per-view movies, room service, and other such services available at additional costs and how occupant will be charged by the Contractor for those services. At the direction of the Contracting Officer, the Contractor shall unlock any room occupied by the Government to allow access by Government Officials. The hotel is responsible for physical security of the facility/location to ensure safety of the clientele. The Government reserves the right to cancel the contract at any time the lodging facility is found to be in non-complaince with the health, fire, and/or safety requirements. No changes to any resulting purchase order are authorized unless issued by a Government Contracting Officer. The provision at 52.212-1(June 2008) Instructions to Offerors-Commercial Items is applicable and is addended as follows: This provision is further addended to incorporate 52.252-1(Feb 1998) Solicitation Provisions Incorporated by Reference (Fill-in information http://acqnet.saalt.army.mil/library/default.htm). The provision at 52.212-2(Jan 1999) Evaluation-Commercial Items is applicable: Award will be made to the responsible offeror whose offer conforming to the solicitation that is most advantegous to the government, price and other factors considered. The factors are: PRICE AND NUMBER OF ROOMS AVAILABLE. Number of rooms available is slightly more important than price. The government reserves the award other than the lowest price if determined be in the best interest of the government. Offerors are instructed to submit completed copies of FAR Provision 52.212-3 (Aug 2009), Offeror Representations and Certifications-Commercial Items, with offers (and include CCR, DUNS Number, CAGE CODE, and Tax ID Number with their offer.). Federal Acquisition Regulation 52.252-2(Feb 1998) Clauses Incorporated by Reference applies to this acquisition (Fill-in information http://acqnet.saalt.army.mil/library/default.htm); The clause(s) at; 52.212-4(Mar 2009), Contract Terms and Conditions-Commercial Items; 52.232-17(Oct 2008) Interest; FAR 52.204-7(Apr 2008) Central Contractor Registration, DFARS 252.232-7003 (Mar 2008) Electronic Submission of Payment Requests, 52.212-5(Dec 2009) (Deviation) Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: FAR 52.222-3(Jun 2003) Convict Labor; 52.222-21(Feb 1999) Prohibition of Segregated Facilities; 52.222-26(Mar 2007) Equal Opportunity; 52.222-35(Sep 2006) Equal Opportunity for Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36(Jun 1998) Affirmative Action for Workers with Disabilities; 52.222-37(Sep 2006) Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Ear, and Other Eligible Veterans; 52.222-50(Feb 2009) Combating Trafficking in Persons; 52.232-33(Oct 2003) Payment by Electronic Funds Transfer-Central Contractor Registration;. 252.212-7001(Nov 2009) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items are applicable. In addition, the following clauses are hereby incorporated. FAR 52.222-22(Feb 1999) Previous Contracts and Compliance Reports, FAR 52.222-25(Apr 1984) Affirmative Action Compliance, FAR 52.222-41(Nov 2007) Service Contract Act of 1965 as Amended, FAR 52.222-42(May 1989) Statement of Equivalent Rates for Federal Hires, fill-in is Maid or Houseman and Desk Clerk; $11.64 plus fringe benefits. 52.233-4(Oct 2004) Applicable Law for Breach of Contract Claim, 252.201-7000(Dec 1991) Contracting Officers Representative; 252.204-7003(Apr 1992) Control of Government Personnel Work Product; 252.204-7004(Sep 2007) Alt A - Required Central Contractor Registration; 252.223-7006(Apr 1993) Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.243-7001(Dec 1991) Pricing of Contract Modifications.. The offeror shall also include information on amenities offered at the offerors facility. Offers are due not later than 1:00 pm CST. 11 March 2010. FACSIMILE and/or email quotes are acceptable; facsimile number is (270) 798-7548; email address is james.c.simms@us.army.mil All responsible sources may submit an offer, which will be considered by the agency. Submit offers to Directorate of Contracting, ATTN: Jim Simms, 2172 13 1/2 Street, Fort Campbell, KY 42223-5358. Contact Jim Simms 270-412-2302, james.c.simms@us.army.mil for information regarding the solicitation. Contractor Manpower Reporting The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL Contractor manpower (including subcontractors manpower) required for performance of this contract. The Contractor is required to completely fill in all information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: a. Contracting Office, Contracting Officer, Contracting Officers Technical Representative; b. Contract number, including task and delivery order number; c. Beginning and ending dates covered by reporting period; d. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; e. Estimated direct labor hours (including subcontractor); f. Estimated direct labor dollars paid this reporting period (including subcontractors); g. Total payments (including subcontractors); h. Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each subcontractor if different); i. Estimated data collection cost; j. Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); k. Locations where Contractor and subcontractors perform the work (specified by zip code in the United states and nearest city, county, when in an oversea location, using standardized nomenclature provided on website; l. Presence of deployment or contingency contract language; and m. Number of Contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3831424a9d4b9d999ccedac21265a9a3)
- Place of Performance
- Address: Fort Campbell DOC Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY
- Zip Code: 42223-5355
- Zip Code: 42223-5355
- Record
- SN02086108-W 20100310/100308234928-3831424a9d4b9d999ccedac21265a9a3 (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 |