SOLICITATION NOTICE
V -- Lodging for Vicinity of Nogales, AZ
- Notice Date
- 2/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- MICC - Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
- ZIP Code
- 79916-6812
- Solicitation Number
- W911SG12R3004
- Response Due
- 3/7/2012
- Archive Date
- 5/6/2012
- Point of Contact
- Victoria, 9155697654
- E-Mail Address
-
MICC - Fort Bliss
(vicky.floyd@us.army.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. F3LPAA2027AA02 Lodging. 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. The solicitation number is W911SG-10-T-3028 and is issued as a request for proposals. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. This requirement is a 100% Small Business Set Aside. The North American Industry Classification System (NAICS) Code for this requirement is 721110 with a corresponding Small Business Size standard of $30M. The Mission Installation Contracting Command, Fort Bliss Installation Contracting Office, Fort Bliss, TX intends to award a firm-fixed price type contract. Requirements are as follows: Line Item 1: Contractor shall provide 4 ea single rooms. Full size bed or larger. Period of performance: Arriving on 15 March 12 and departing on 3 May 2012 (50 nights). Request applicable taxes and/or surcharge be included in quote. NOTE: The Government is exempt from State and Federal Taxes. Line Item 2: Contractor shall provide 5 ea double occupancy rooms. 2 Full size bed or larger. Period of performance: Arriving on 15 March 12 and departing on 3 May 2012 (50 nights). Request applicable taxes and/or surcharge be included in quote. Line Item 3: Contractor shall provide 3 ea single occupancy rooms. Full size bed or larger. Period of performance: Arriving 21 March 12 and departing on 1 May (42 nights). Request applicable taxes and/or surcharge be included in quote. Line Item 4: Contractor shall provide 30 ea double rooms. 2 Full size bed or larger. Period of performance: Arriving 21 March 12 and departing on 1 May (42 nights). Request applicable taxes and/or surcharge be included in quote. Line Item 5: Contractor shall provide 2 ea double room. 2 Full size bed or larger. Period of performance: Arriving 2 April 12 and departing on 18 May 12 (47 nights). Request applicable taxes and/or surcharge be included in quote. Line Item 6: Contractor shall provide 1 ea single room. Full size bed or larger. Period of performance: Arriving 2 April 12 and departing on 18 May 12 (47 nights). Request applicable taxes and/or surcharge be included in quote. Line Item 7: Contractor shall provide 17 ea double rooms. 2 Full size bed or larger. Period of performance: Arriving 4 April 12 and departing on 15 May 12 (42 nights). Request applicable taxes and/or surcharge be included in quote. Line Item 8: Contractor shall provide 2 ea double room. 2 Full size bed or larger. Period of performance: Arriving 4 April 12 and departing on 15 May 12 (42 nights). Request applicable taxes and/or surcharge be included in quote. Requirements, Line Items 1-8, for Contracted Lodging: a. Rooms shall have microwave/refrigerator combinations b. Rooms shall have wireless and/or internet service. c. Double rooms shall have two separate beds (No hideaway beds) Full size bed or larger. d. Contractor's facility shall have current Force Protection Assessment by JTF-N. Force Protection concerns will be communicated directly with prospective bidders. e. Contractor's facility shall provide secured parking for up to 10 GSA vehicles/trucks. Line Item 9: Contractor shall provide a room/area for mess of up to 110 personnel, breakfast meals (0600-0630) and dinner meals (1830-1930) seven (7) days a week. Period of performance is 15 March 2012 - 18 May 2012. Requirements Factors for Room/Area to Facilitate Messing: a. Contractor shall provide adequate tables and chairs to accommodate up to 110 personnel to eat and to serve food and drinks from in-house and catered source. b. The room/area to facilitate catered meals shall be climate controlled and within 5 miles of the contract lodging. c. Contractor shall provide adequate trash receptacles to accommodate 110 personnel Line Item 10: Contractor shall provide 2 lbs of ice per person per day for up to 110 personnel. Period of performance, 15 March 2012 - 15 May 2012 (62 days) in the vicinity of Nogales, AZ. Requirements for Contracted Ice: a. Contractor shall provide bulk ice (bagged/non bagged). b. Contractor's ice location shall be within 5 miles of contracted lodging. Line Item 11: Contractor shall provide laundry service to wash, dry and fold clothing twice a week for up to 110 personnel 15 March 2012 - 18 May 2012 in the vicinity of Nogales, AZ. Clothing items will include military uniforms and civilian clothing. Laundry services will include all cost incurred (detergent, bleach, plastic bags etc.) to wash, dry and fold. Unit will drop off and pick up a laundry bag twice a week (Monday and Thursday). The maximum amount of clothing per individual, per week will consist of no more than 6 shirts, 6 pants, 6 pairs of socks, 6 changes of undergarments and 1ea laundry bag. Units will mark/tag their individual bags of laundry. Requirements Factors for Contracted Laundry: a. Contractor shall provide at a minimum two day turn around after laundry is dropped off. b. Contractor shall return clean and folded laundry in marked/tagged bags. c. Vendor drop-off and pick-up location shall be within 5 miles of contracted lodging. Delivery shall be F.O.B Dest as indicated in Line Items. The following clauses apply to this acquisition: FAR 52.252-1, Solicitation Provisions Incorporated by Reference, FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -Commercial Items, and the following fill-in clauses in 52.212-5 also apply: FAR 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-33; DFARS 252.204-7003, 252.204-7004 Alt A, 252.211-7003 Alt A, 252.232-7003, 252.232-7010, and 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items and the following fill-in clauses in DFARS 252.212-7001 also apply: DFAR 252.225-7001 and 252.247-7023. The offeror shall include a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications, Commercial Items with their offer. The full text of these provisions and clauses may be obtained by accessing http://www.acq.osd.mil/dpap/dars/index.html or http://www.arnet.gov. The following Local Clause also applies: 5152.233-4000, AMC-Level Protest Program (Sep 2011) 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 Government Accountability 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 33.10. 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 below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. 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) The offeror must be actively registered in the Central Contractor Registration (CCR) database and the On-Line Certifications and Representations Application (ORCA) database to be considered for award. The website for CCR and ORCA is http://www.ccr.gov and https://orca.bpn.gov. Offers will be evaluated in accordance with 52.212-2 Evaluation -- Commercial Items (a) 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. The following factors shall be used to evaluate offers: (1) Technical capability of the items to meet the Government requirement; (2) Price; (3) Past Performance. Technical capability and past performance, when combined, are approximately equal to price. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision). Proposals are due by March 7, 3:00 p.m. MST and may be faxed to the attention of Victoria Floyd at 915-569-7654 or e-mailed to vicky.floyd@us.army.mil. Questions or concerns shall be directed to Victoria Floyd, Contract Specialist, via e-mail vicky.floyd@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/68d4452fad213220ec2fea07b7b9a9ef)
- Place of Performance
- Address: Vicinity of Nogales AZ Vicinity of Nogales AZ Nogales AZ
- Zip Code: 85628
- Record
- SN02681016-W 20120225/120223234229-68d4452fad213220ec2fea07b7b9a9ef (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 |