Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2013 FBO #4082
SOLICITATION NOTICE

V -- LODGING AND TRANSPORTATION SERVICES

Notice Date
1/25/2013
 
Notice Type
Presolicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC Norfolk, Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N32205-13-R-6005
 
Archive Date
2/24/2013
 
Point of Contact
Terri L Buonfigli, Phone: 7574435954
 
E-Mail Address
terri.buonfigli@navy.mil
(terri.buonfigli@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION Military Sealift Command intends to issue a Request for Proposal (RFP) for lodging and transportation services for MSC's Civilian Mariners (CIVMARS) in the Freehold, NJ area. The Government anticipates awarding an Indefinite Delivery-Requirements Type Contract in response to the solicitation. The initial period of performance is expected to commence on or about 07 August 2013 for a period of one (1) year with four (4) one-year option periods. The Request for Proposal (RFP) will be available on the Federal Business Opportunities website (www.fbo.gov) under Solicitation Number N32205-13-R-6005 in February 2013. This requirement will be a 100% Small Business set-aside conducted under Federal Acquisition Regulations Parts 12 and 15. The appropriate NAICS Code is 721110. The contractor shall furnish necessary facilities, including furniture, equipment and supplies, management, and supervision of the hotel labor force. Such facilities shall be located within a twenty-five (25) mile radius of Training Center-East (TC-E), 1029 Highway 33, East Freehold, NJ, using www.google.com. Minimum Requirements: The primary lodging facility must meet or exceed three Diamond hotel rating from the American Automobile Association (AAA). In addition to the primary facility, the contractor must have a minimum of two (2) overflow hotels that meet or exceed the AAA three Diamond hotel rating. The overflow hotels may be at different locations, however, each facility shall be located within the mileage/commute requirements stated above and shall provide the same or lower room-night rate as the primary lodging facility. The contractor shall provide a microwave and refrigerator in each CIVMARs guest room and maintain at least three (3) coin operated washers and three (3) coin operated dryers at each site. The contractor shall also provide free local telephone calls and a free, functional internet connection in each room. Facility shall not be under construction or major renovation during the performance period. The lodging facility must be within 1/8 mile distance of a public transportation designated stop OR the lodging facility must provide transportation to/from the nearest public transportation designated stop with set schedule OR the lodging facility must provide round trip shuttle service within a five (5) mileage driving radius with set schedule. Each occupant shall be given a key to his/her room at no charge and with no deposit fee. The primary facility will provide lodging to the majority (greater than 50%) of the CIVMARS at all times. The overflow facilities will only be used when the primary lodging facility exceeds its capacity. Overflow hotel properties may change throughout the life of the contract as long as the properties meet all the requirements of the contract and are validated and approved in writing by the Contracting Officer Representative (COR) and Contracting Officer prior to any changes. Based on previous history, the room nights vary from a minimum of 25 rooms per night to a maximum of 120 rooms per night. A hotel or property management company that can provide lodging services for an average of 60 Civilian Mariners per day. Three (3) properties may be used to complete this task. The contractor/primary facility must provide lodging for 50% of the Civilian Mariners at all times. This translates to 30 mariners at any given time. The additional facilities will only be used when the primary lodging facility exceeds its capacity. DINING The Contractor shall provide dining facilities for breakfast, lunch and dinner or there must be dining facilities within one half of a mile from the primary and each of the overflow hotels, including quick service restaurants and/or full service restaurants. In the event the on-site dining facilities are closed for breakfast, lunch, and/or dinner, there must be dining facilities within one half of a mile from the hotels (primary and overflow) which are open for service. Food Services located within the hotel facility (eating and drinking establishments and vending machines operated in conjunction with a hotel) shall be operated in compliance with Federal, State and Local Regulations. To and from the Training Center The Contractor shall provide each CIVMAR staying at the hotel transportation to the MSC Training Center and transportation back to the hotel on a daily basis whenever classes are scheduled, including weekends and Federal holidays, if required. The Contractor shall provide a single trip transportation rate per day, including all applicable taxes in the composite rate. However, generally, the U.S. Government is tax exempt. The Contractor shall be responsible to coordinate travel arrangements on a daily basis with the Training Center Point of Contact in sufficient time to ensure timely logistical arrangements. The Training Center Director will determine the daily schedule for CIVMARS. POINT OF CONTACT: Terri Buonfigli, Contract Specialist, Phone number: 757-443-5954, fax: 757-443-5979, email: terri.buonfigli@navy.mil PLACE OF PERFORMANCE: Freehold, NJ Area CONTRACTING OFFICE ADDRESS: Military Sealift Command, SP 64, 471 East C Street, Norfolk VA 23511-4419
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9b0a4c782fd1d386b3fb6265a7ab7705)
 
Place of Performance
Address: FREEHOLD, NJ, United States
 
Record
SN02972735-W 20130127/130125234442-9b0a4c782fd1d386b3fb6265a7ab7705 (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.