SOLICITATION NOTICE
V -- Overflow Lodging for Fort Carson Training, June 2010
- Notice Date
- 5/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Fort Drum DOC, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
- ZIP Code
- 13602-5220
- Solicitation Number
- W911S2-10-T-0003
- Response Due
- 5/25/2010
- Archive Date
- 7/24/2010
- Point of Contact
- Joshua Kaufmann, 315-772-6524
- E-Mail Address
-
Fort Drum DOC
(joshua.kaufmann@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. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13.5Test Program for Certain Commercial Items: and the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Directorate of Contacting, Fort Drum, NY requires lodging in the Fort Carson Colorado Springs Colorado geographical location not further than 10 miles from the Butts Army airfield. The successful Contractor shall provide 85 rooms for overflow lodging for 27nights. Check in June 02 and check out June 29 for a total of 27 nights. Successful contractor shall also provide 24 hour shuttle back and forth from a location on Fort Carson to be specified at time of award. Cost of this shuttle shall be included in the room rate. Rooms will be procured using the procedures in FAR parts 12 and 13. This procurement is unrestricted full and open competition. As prescribed in DFARS 252.204-7004, interested parties must be registered with the Central Contractor Registration (CCR) under the NAICS 337211. This can be done by accessing the Internet at (www.ccr.gov) or calling 1-888-227-2423. Representations and certifications must also be on record through ORCA at www.orca.bpn.gov. Any correspondence concerning this acquisition shall have Fort Carson Lodging in the subject line. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation, requiring all offerors to be registered in ORCA.bpn.gov, or to fill out the clause in its entirety.. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.204-7, Central Contractor Registration, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 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 Transfer-Central Contractor Registration, FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.252-6, Authorized Deviations in Clauses. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.243-7001 Pricing of Contract Modifications, 252.246-7000 Material Inspection and Receiving Report. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address to below. All other agency-level protests should be sent to the contracting officer for resolutions. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Fort Belvoir, VA 22060-5527 Facsimile number (703)806-886 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Fort Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) Any subsequent amendments will only be available electronically by accessing Federal Business Opportunities at http://vsearch2.fbo.gov/servlet/SearchServlet or the FBO at https://www.fbo.gov/. No hard copies will be provided. All sources wishing to quote are required to monitor this site. Quotes shall be e-mailed to joshua.kaufmann@us.army.mil not later than 1:00 PM EST time Tuesday 25 May, 2010 in the following format: 85 rooms per night for 27 nights equals 2,295 room nights. (2,295 room nights X room rate_$____) equals_$________. The contractor shall furnish 85 rooms that will be cleaned daily with towels and other miscellaneous amenities refreshed daily. The Government will only pay for rooms. Payment will not be made for any items purchased by a room occupant. Any expense that is above and beyond the room cost must be collected from the individual at the time the item (food, movie etc) is provided to such individual. Rooms include 24 hour shuttle as stated above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/69f6005b1a38d47b6c43f611cd339265)
- Place of Performance
- Address: Fort Drum DOC Directorate of Contracting, 45 West Street Fort Drum NY
- Zip Code: 13602-5220
- Zip Code: 13602-5220
- Record
- SN02156634-W 20100523/100521235140-69f6005b1a38d47b6c43f611cd339265 (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 |