SOLICITATION NOTICE
V -- Lodging for the Kentucky Air National Guard for April UTA weekend with option for September UTA weekend.
- Notice Date
- 3/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- 123 AW Base/MSC Contracting Office, 1101 Grade Lane, Louisville, KY 40213-2679
- ZIP Code
- 40213-2679
- Solicitation Number
- W912KZ-10-T-0004
- Response Due
- 3/18/2010
- Archive Date
- 5/17/2010
- Point of Contact
- Alan Wade, 502-413-4439
- E-Mail Address
-
123 AW Base/MSC Contracting Office
(alan.wade@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- 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. 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 W912KZ-10-T-0004 is issued as a Request for Quote (RFQ). This request for quote is due by 18 March 2010, 4:00 PM EST. The RFQ will result in a firm fixed price contract. CLIN 0001: April UTA consisting of 50 double occupancy rooms and 12 single occupancy rooms for both Friday, April 23rd and Saturday, April 24th and an additional 50 double occupancy rooms and 12 single occupancy for Saturday, April 24th only. CLIN 0002 (OPTION): September UTA consisting of a number of rooms similar in amount and occupancy to April UTA. Submitting a quote for CLIN 0002 is not required to submit a quote for CLIN 0001. Interested parties MUST email location and contact information to alan.wade@ang.af.mil. The Base Contracting Officer will visit each hotel for assessment. Hotel location and point of contact (person who will be in attendance during the visit) must be provided in order to bid on this requirement. This information must be provided with your quotation. ALL QUESTIONS MUST BE SENT IN WRITING (EMAIL) TO MSgt Alan Wade at alan.wade@ang.af.mil. Provide a quote clearly listing price for: SEE STATEMENT OF WORK. Price For Single RoomPrice For Double Room This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and Part 13.5, Test Program for Certain Commercial Items.. This requirement is for: STATEMENT OF WORK LODGING CONTRACT SERVICES NON-PERSONAL: Furnish all labor, tools, equipment, material, and supervision to: DESCRIPTION OF SERVICES. The contractor shall furnish all services and materials necessary to provide hotel rooms for the 123 AW monthly weekend drill. Hotel must be within a 15 mile radius of the Kentucky Air National Guard, 1101 Grade Lane Louisville, KY, 40213. Within two days after the UTA weekend the contractor will create ONE (1) consolidated invoice listing all rooms and occupants with an easily discernable total for each weekend and invoice for each month electronically using Wide Area Work Flow. The 123rd Lodging manager and 123rd Services will validate rooms provided and process acceptance for authorized and proper payment requests. STATEMENT OF WORK LODGING SPECIFICATIONS (CONTRACT QUARTERS) a. The facilities to be used in responding to the lodging requirements set forth in this Agreement shall present an attractive exterior and interior appearance. The surrounding area shall give the appearance of cleanliness, being well maintained and also be comparable to the surrounding areas of the majority of motels/hotels in the Louisville location. All rooms will be maintained in consistent, coordinated decor, including the furnishings and fixtures therein. b. All lodging structures used in the performance of this agreement shall be in compliance with the applicable portions of the National Fire Codes 1985 as compiled and published by the National Fire Protection Association. According, all emergency exists must be appropriately identified in accordance with the aforementioned code. c. Outside noiseContractors facility will not be located within mile of heavy industrial activity, cargo transportation terminals or trucking facilities, which are open between the hours of 1900-0600. d. All facilities and structures used in performance of this contract must be free of noxious insects, rodents and other vermin. Interior and exterior of guest rooms will be free from offensive odors. e. All windows, which can be opened, must be covered by adequate screens. f. Current, appropriate licenses and employees health permits shall be maintained at all times during the contract period. g. The Contractor will not permit gambling, prostitution, sexual harassment or other illegal acts within its establishment and will take adequate measures to prevent said activities (i.e. security service, limited access facility, etc.) h. Furnishings/fixtures in the entrance foyer shall be clean and free from noticeable cigarette burns, cuts, or tears. Damaged or broken furnishings/fixtures will not be satisfactory. i. Contractor will separate smokers from non-smokers when placed in double occupancy quarters. The contractor will provide measures to insure the security & safety of guests to include, as a minimum, individuals room door/window locks capable of preventing key access to the room when occupied and parking lot lighting. j. The contractor must provide 24-hour check-in, check-out service & wake up service. k. The facility must have custodial service in all common use areas. Daily maid service will be provided 7 days a week, as specified below. Dining Facilities At least one commercial dining facility serving three meals a day is within convenient walking distance of the quarters. Guest Rooms a. Guest rooms provided under this Agreement shall meet the following minimum construction standards: (1) Permanent type construction will be required. Construction insulation will be sufficient to limit inside noise for crew rest. AFR 161-35 (Hazardous Noise Exposure), page 22, Table 10 defines acceptable noise levels not to exceed 45dB for meeting, reading, and rest. (2) Walls clean and finish in paint or durable wall covering, such as cloth, paper or vinyl. Walls shall be free from excessive cracks, chips, dents, and other wear indicators to the extent of presenting an attractive appearance. (3) Floor coverings to be carpet. Carpeting shall be clean and free from burns, holes, stains, and excessive wear. (4) All rooms provided under the Agreement shall be equipped with appropriate heating and cooling device for seasonal comfort standards. Individual room temperature control shall be available in each room to provide heating and/or cooling, as the guest desires. b. The furnishings contained in guest rooms provided under this Agreement must be clean at all times and free of noticeable cigarette burns, holes, cuts, tears water damage & excessive wear. Broken or damaged furnishings are not satisfactory. The following constitute the basic furnishings to be included in each guest room. (1) Bed, Bed linens, pillow, blanket, closet or wardrobe. (2) One lounge chair to blend with room decor. (3) Lighting includes table or floor lamps. (4) Combination desk/dresser or both. (5) Desk chair. (6) Dresser mirror. (7) Bedside table. (8) Sufficient window covering to provide complete privacy. (9) Television, 18-inch minimum screen measured diagonally. (10) Telephone (11) Two sterilized glasses, tray, and ice container. (12) Wastebasket and ashtray. (13) Four clothes hangers, either wire or wooden and adequate space for hanging clothes. NOTE: If two individuals are placed in one guest room, the following furnishings are required in addition to that specified above: (14) One bed, bed linens, pillow, blanket, closet or wardrobe. (15) Lounge chair to blend with room decor. (16) Reading light for bed. (17) Two sterilized glasses. (18) Four clothes hangers, either wire or wooden and adequate space for hanging clothes. c. Sufficient lighting shall be available through a switch independent of the lighting the sleeping area. A 110-volt electrical outlet shall be located in close proximity to the lavatory to permit convenient use of electrical appliances. d. Walls in tub area will be ceramic tile, molded plastic, or wallboard. Tile and caulking areas around fixtures shall be free of mold and mildew. e. Bathrooms will be located in a room separate from the sleeping area with a solid, snugly fitted, opaque door with a locking latch. The sink may be located outside the enclosed bathroom, which is separate from the sleeping area. However, sinks located so that they are a part of the area must be such that normal sounds, light, odor, or moisture cannot readily enter the sleeping area when the bathroom door is closed. Windows located in the bathroom must be sufficiently opaque (or covered with appropriate blinds or drapes) to provide complete privacy for the bathroom occupant. **Locks are not required on single occupancy room. Bathrooms a. Bathrooms provided under this Agreement shall be of coordinated design and of sufficient size to permit unrestricted access to the furnishings and fixtures contained therein. Each bathroom shall meet the following standards: (1) Sufficient hot water for bathing and shaving shall be available within 30 seconds after the hot water tap is turned on. b. Bathrooms provided under this Agreement shall contain the following minimum furnishings: (1) Lavatory to match coordinated decor with mechanically linked stopper in basin. (2) Commode, free of stain, mold, mildew or residue. (3) Mirror over vanity or lavatory. (4) Bathtub with shower and mechanically linked stopper in tub. (5) Shower curtain or glass enclosed shower area, free of mold and mildew. (6) Tub mat, safety strips, built-in slip resistant tubs or terry mats. Furnishings/fixtures in the bathroom shall be clean and not contain noticeable cigarette burns, cuts, chips, cracks, etc. Broken or damaged furnishings/fixtures will not be satisfactory. Maid/Linen Services a. All guest rooms shall be cleaned on a daily basis and must be free of dust and dirt. b. Bathing and toilet facilities will be cleaned, sanitized and deodorized daily. c. Closets, windows, blind, and drapes shall be kept clean and free of dust and dirt. Mechanical openings and closing devices on window coverings must be in operable condition at all times. d. Bed linens must be clean, free, of tears, and changed daily, regardless of whether the same individual occupies the same bed more than one night and will consist of two sheets and one pillowcase for each pillow. Bedspreads and coverlets shall be clean and free from holes and/or stains. e. One bath towel, hand towel, washcloth, bath mat and a packet of soap shall be provided for each individual daily. f. Adequate toilet tissue shall be provided in the bathrooms. g. All light fixtures shall contain appropriate light bulbs to provide sufficient lighting at all times in accordance with original design of the fixtures. h. Used glasses must be replaced on a daily basis with sterilized glasses. Policy: 1. Our single/double room policy will remain the same for each fiscal year, unless changes are discussed with contractor. All members will be lodged in double rooms with the exception of Aircrew. These Aircrew members will be identified on our reservation request. Any other member authorized a single room will also be identified on the reservation request. The double room assignment will be used to a maximum extent. Payment for a single room is only authorized when: a) An uneven number of personnel are lodged. b) An uneven number would require a male and a female to be placed in a double room. c) An uneven number would require an officer and an enlisted to be placed in a double room. d) Single accommodation is authorized in the 123rd reservation request. End Statement of Work "FAR 52.204-7 Central Contractor Registration Vendors must be actively registered in the Central Contractor Registration (CCR); the website is http://www.ccr.gov. Lack of registration in CCR will make an offeror ineligible for award. Contact CCR at 1-888-352-9333, however, a Duns number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a Duns number. Orca is an e-Government initiative that was designed by the Integrated Acquisition Environment (IAE) to replace the paper based Representations and Certifications (REPS and CERTS) process. You are advised that you must fill out your Reps and Certs in ORCA visit the internet at https://orca.bpn.gov/. The following clauses are included by reference. "52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. 52.211-6, Brand name or Equal. FAR 52.212-1 Instructions to Offerors Commercial Items,FAR 52.212-3 Offeror Representations and Certifications, FAR 52.212-4 Contract Terms and Conditions,FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-3 Convict Labor, FAR 52.232-33Payment by Electronic Funds Transfer, FAR 52.233-3 Protest After Award, FAR 52.222-25 Affirmative Action Compliance, FAR 52.222-26 Equal Opportunity, FAR 52.222-36 Affirmation Action for Workers with Disabilities. The following clauses are included by full text. FAR 52.212-2 EVALUATION Commercial Items 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. This is a best value decision. The following factors shall be used to evaluate offers: Price and Technical acceptability. Details on the factors are as follows; Price - The Government will evaluate offers for award purposes on the total price for the requirement. Technical acceptability is based on the attached State of Work/Performance Work Statement. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractors directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations (End of Clause). 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause). 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause). 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation (End of clause). 52.217-8 -- Option to Extend Services. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 45 days. 52.217-9 -- Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within 60days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. REPEAT: Vendors must be actively registered in the Central Contractor Registration (CCR); the website is http://www.ccr.gov. Lack of registration in CCR will make an offeror ineligible for award. Contact CCR at 1-888-352-9333, however, a Duns number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a Duns number. Applicable Wage Determination WD 95-0361 (Rev.-24) was first posted on www.wdol.gov on 01/19/2010. FL/HH/MS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA15-1/W912KZ-10-T-0004/listing.html)
- Place of Performance
- Address: 123 AW Base/MSC Contracting Office 1101 Grade Lane, Louisville KY
- Zip Code: 40213-2679
- Zip Code: 40213-2679
- Record
- SN02086132-W 20100310/100308234941-4fe20943487c4664a39b102c17b8dada (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 |