Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2010 FBO #3137
SOLICITATION NOTICE

X -- Hotel Accommodations

Notice Date
6/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
DHS-10-20056835
 
Point of Contact
Karen R. Petty, Phone: 2023443951
 
E-Mail Address
karen.petty@dhs.gov
(karen.petty@dhs.gov)
 
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, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-42. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This synopsis, is to notify contractors that the Government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. This is a 100% small business set aside. Prospective offerors are responsible for downloading the solicitation and any amendments. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. Solicitation # DHS-10-20056835 is issued as a Request for Quote (RFQ) for lodging in Oshkosh, WI during the period July 24, 2010 - August 2, 2010. The NAICS code for this acquisition is 721110 with the small business size standard being $7,000,000 or less. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to provide contracted services. The quote MUST include your DUNS number, CAGE code, and Federal TIN with Company name, Point of Contact and phone number. If there is a need to obtain or renew a DUNS number or CAGE code, contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. A DUNS (Dun and Bradstreet) number is required in order to register. Lack of registration in the CCR database will make an offeror ineligible for award. In accordance with FAR 52.212-2, the Government will award a contract/purchase order 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 evaluation factors shall be used to evaluate offers: Technical (Location is within 30 miles of Oshkosh, WI limits, Facility Assessment consisting of cleanliness, security and amenities), Past Performance and Price. Award: Award will be based on the best value to the Government. Best value is based on the above criteria in the following manner: Technical capabilities are significantly more important than price. Award: Award will be based on the best value to the Government. Best value is based on the above criteria in the following manner: Technical capabilities are significantly more important than price. It is pointed out, however, that should technical competence between offerors be considered approximately the same, price could become primary. The anticipated award will be a Firm-Fixed Price Purchase Order. Offerors must submit quotes on the full quantity identified. Award shall be made to a single offeror. QUOTES MUST INCLUDE THE FOLLOWING INFORMATION: a) A list of three references for a similar stay. References shall include name/point of contact, address, phone number, and Email address. b) A list of facility amenities. c) the Bid Schedule document including Pricing, CAGE code, DUNS number, and Federal Tax ID. If not registered in ORCA, contractors are required to submit Offerors Representations and Certifications in accordance with the FAR. Third party providers shall be responsible to include the additional information requested in this solicitation. Failure to provide this information with your quote will deem your quote non-responsive. This is NOT a solicitation for Event Planning Services. For a proposal submitted by an offeror that is not a hotel, the offeror must describe in its proposal the technical approach for the offeror's services as a prime contractor and forward a copy of a signed, written agreement between the offeror and a representative who has binding authority of such stated hotel facility. This agreement must state that it covers the period of performance requested in the solicitation. Again, this is NOT a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. The Contractor's facility must be Federal Emergency Management Agency approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/index.htm. The Contractor's facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) 42 U.S.C. 12101 et. seq. Lodging shall include the following at the Government per diem rates for the requested location: 1. At a minimum the requirement of a two star for a Mobil Travel Guide rating or a two diamonds for an American Automobile Association (AAA) rating. 2. Shall include daily cleaning, change of linen and replenishment of toiletries. 3. Minimum furnishings: One (1) double bed, two (2) pillows, one (1) blanket, one (1) bedspread, One (1) full dresser, with a minimum of four (4) drawers, one (1) comfortable chair, television, a table or desk for writing, and adequate lighting for reading. 4. Private bath with shower, tub, toilet and sink. List the price per room for a single night and the total for all nights. CLIN ITEM Quantity Unit Unit Price per night Total Price 00001 Overnight Accommodations 1 Room Nights Room (1 each @ 1 Day) 1 each 1each x 1 Night July 24, 2010 00002 Overnight Accommodations Rooms (16 each @ 8 Day) 16 each 16 each x 8 Nights July 25, 2010 - August 2, 2010 Total The requirements and Contract Line Item Numbers (CLINS) for this Solicitation are listed above and should be returned by the RFQ submittal date and time listed within this notice. ONLY ONE QUOTE PER CONTRACTOR WILL BE CONSIDERED. Note: The final quoted price(s), both total and individual, MUST include all applicable taxes, fee, gratuities, commissions, service charges, etc. THE FEDERAL GOVERNMENTIS TAX EXEMPT. LOCATION : The hotel must be within 30 miles of Oshkosh, Wisconsin limits. QUESTIONS DEADLINE : All questions are to be submitted via email to Karen.petty@dhs.gov, no later than June 29, 2010, @12:00pm EST. REQUIRED RESPONSE DATE : Quotes must be received by 2:00 P.M. Eastern Time (EST) on July 2, 2010. Quotes shall be submitted via email to Karen.Petty@dhs.gov. An official authorized to bind the Offeror's company shall sign the quote submission. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet http://www.arnet.gov/far/ ): FAR 52.204-7, Central Contractor Registration; The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition. FAR 52.212-2 Evaluations- Commercial Items, FAR 52.212-3, Offeror Representatives and Certifications-Commercial Items, Offeror Representations and Certifications- Commercial Items apply to this acquisition and offeror(s) must include completed copies with their quote. FAR 52.212-3 can be obtained from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). The clause at 52.212- 4, Contract Terms and Conditions Commercial Items applies to this acquisition and the following addendum applies: none. FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-6; FAR 52.219-28; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.232-33, Payment by Electronic Transfer Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/DHS-10-20056835/listing.html)
 
Place of Performance
Address: Oshkosh, Wisconsin, United States
 
Record
SN02188745-W 20100627/100625235042-9127cdadba7b55931671a97a977dc8cb (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.