Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2011 FBO #3501
MODIFICATION

10 -- Request for Quote - Lodging

Notice Date
6/24/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, DC 20315-0350
 
ZIP Code
20315-0350
 
Solicitation Number
W912R1-11-T-0008
 
Response Due
6/28/2011
 
Archive Date
8/27/2011
 
Point of Contact
Tarita Lewis, 202-685-7884
 
E-Mail Address
USPFO for DC
(tarita.lewis.ctr@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation # W912R1-11-T-0007 is issued as a request for quotations (RFQ). This solicitation is being conducted under Simplified Acquisition Procedures (SAP). The North American Industry Classification System (NAICS) code is 721110; There is (1) one contract line item for Lodging Services to be performed in local commuting area of Lansing, Kansas. CLIN 0001 - (22) EACH = DOUBLE OCCUPANCY ROOMS, FOR THE DISTRICT OF COLUMBIA ARMY NATIONAL GUARD 372ND MILITARY POLICE BATTLION. THE CONTRACT PERIOD IS 09 JUNE 2011 THROUGH 21 JUNE 2011. ARMY PERSONNEL WIL BE LODGED FOR ANNUAL TRAINING. MINIMUM REQUIREMENTS ARE AS FOLLOWS: 1. THE CONTRACTOR SHALL PROVIDE DOUBLE ROOMS BASED ON DOUBLE OCCUPANCY. EACH ROOM SHALL HAVE AT LEAST TWO (2) FULL/QUEEN SIZE BEDS; COLLAPSIBLE OR ROLLAWAY BEDS ARE NOT ACCEPTABLE. EACH ROOM SHALL HAVE ITS OWN BATHROOM AND ADEQUATE HEAT AND AIR CONDITIONING. ROOM ASIGNMENTS SHALL BE MADE BY THE CONTRACTOR 2. THE LODGING FACILITY MUST BE LOCATED WITHIN A FIFTEEN (15) MINUTE COMMUTE FROM NAVAL MOBILE CONSTRUCTION BATTALION 24 LOCATED AT 2724 PATTON ROAD, HUNTSVILLE, AL 35805, BY SURFACE TRAVEL DURING A NORMAL WEEKEND DAY. 3. THE LODGING FACILITY SHALL HAVE AN INFORMATION DESK STAFFED TWENTY-FOUR (24) HOURS A DAY TO ASSIST THE RESERVISTS WITH ANY SITUATION THAT MAY OCCUR DURING THEIR STAY. 4. ROOMS SHALL BE SUPPLIED WITH DAILY MAID AND LINEN SERVICE. 5. THE PROSPECTIVE AWARDEE MAY HAVE TO CONDUCT A PRE-AWARD SITE VISIT PRIOR TO AND DURING THE TERM OF THE CONTRACT PERIOD. 6. THE CONTRACTOR SHALL ONLY INVOICE THE ROOMS THAT WERE OCCUPIED. 7. THE GOVERNMENT WILL NOT BE RESPONSIBLE FOR PAYMENT OF THE FOLLOWING: A. TELEPHONE CALLS; B. PREMIUM CABLE CHANNELS OR VIDEO GAME RENTAL; C. ROOM SERVICE, MEALS, BEVERAGES, BAR DRINKS, OR OTHER LODGING AMENITIES THAT ARE NOT STATED IN THE CONTRACT AS REQUIREMENTS. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items, 52.212-2 Evaluation - Commercial Items. The District of Columbia Army National Guard will use the following factors to evaluate quotes, in descending order of importance: A. Technical capability of the item offered to meet the Government requirement and B. Price. The Government reserves the right to make award of the initial offer received without discussions. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and technical capability considered. Companies wishing to respond to this solicitation must be in compliance with FAR 52.204-7, Required Central Contractor Registration (CCR). The Internet site for registering in the CCR is http://www.ccr.gov. Companies wishing to respond to this solicitation must provide this office with the following: A price quote, submitted on your company letterhead or your standard company quotation forms for the requested items showing SOLICITATION NUMBER, UNIT PRICE, EXTENDED PRICE, FOB, PROMPT PAYMENT TERMS, DELIVERY TIME. OFFERS MUST BE SIGNED. Each offer shall include a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, their DUN & BRADSTREET CODE, Commercial and Government Entity (CAGE) Code and Tax Identification Number (TIN). Those companies not in possession of the provisions in full text may access them at http://farsite.hill.af.mil. The contract clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items is incorporated by reference and applies to this acquisition. The clauses at FAR Clause 52.212-5 and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. The following additional FAR and DFARS clauses cited in these clauses are applicable: 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.247-64 Preference for Privately Owned U. S. Flag Commercial Vessels. ALL QUESTIONS CONCERNING THIS RFQ MUST BE SUBMITTED IN WRITING, NO TELEPHONIC RESPONSES WILL BE PROCESSED. Questions should be emailed to tarita.lewis.ctr@us.army.mil by 27 June 2011, 2:00 P.M. and quotations should be emailed to tarita.lewis.ctr@us.army.mil by 28 June 2011 12:00 noon. No oral quotations will be accepted. All responsible sources may submit a quotation, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49/W912R1-11-T-0008/listing.html)
 
Place of Performance
Address: USPFO for DC 189 Poremba Ct., Anascostia Naval Air Station Washington DC
Zip Code: 20315-0350
 
Record
SN02482213-W 20110626/110624235004-d038d2e22b966833393f8f4d27fb9707 (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.