Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 16, 2014 FBO #4436
MODIFICATION

V -- COMMERCAL LODGING OF CIVIL SERVICE MARINERS AT THE MSC CUSTOMER SERVICE UNIT (CSU-W) - Amendment 1

Notice Date
1/14/2014
 
Notice Type
Modification/Amendment
 
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-6007
 
Archive Date
2/18/2014
 
Point of Contact
James R. Wood, Phone: (757)443-3974, Cheryl Somers, Phone: (757) 443-5921
 
E-Mail Address
James.Wood4@navy.mil, cheryl.somers@navy.mil
(James.Wood4@navy.mil, cheryl.somers@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment #0001 Military Sealift Command (MSC) is issuing a Request for Proposal (RFP) for lodging and transportation services for MSC's Civil Service Mariners (CIVMARS) in the San Diego, CA area. The Government anticipates awarding an Indefinite Delivery-Requirements Type Contract in response to this solicitation. The period of performance is to commence on 05 June 2014 for a period of one (1) year with four (4) one-year option periods. This requirement will be a 100% Small Business set-aside conducted under Federal Acquisition Regulations Parts 12 and 15. The NAICS Code is 721110. I. SCOPE OF WORK. The Contractor shall provide lodging and transportation, as specified herein, to the authorized Civil Service Mariners (CIVMARs) assigned to the Military Sealift Command (MSC) in San Diego, California. 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-mile (25) driving radius of the entrance to Point Loma Naval Base, located at 140 Sylvester Road, San Diego, CA 92106, using www.mapquest.com. Transportation to and from the contractor's lodging facility and MSC Customer Service Unit - West (CSU-W) Point Loma, the MSC Training Center 32 nd St, located at 3975 Norman Scott Road, Suite 1, San Diego CA 92136, and the Balboa Avenue Training Site (BATS), located at 9284 Balboa Avenue, San Diego CA 92123 will be provided by contractor. The commute time from each hotel (primary and each overflow) to each location (32 nd Street, Point Loma, and Balboa Avenue) must not exceed one hour each way during normal peak traffic hours. A. LODGING FACILITIES The primary lodging facility must be rated by the American Automobile Association (AAA) and must meet or exceed the three Diamond hotel rating from AAA. In addition to the primary facility, the contractor must have a minimum of two (2) overflow hotels that are rated by AAA and 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 authorized CIVMARs room and maintain at least three (3) functional washers and three (3) functional dryers at each site. The contractor shall provide free local telephone calls and a free, functional internet connection in each room. The contractor shall not lodge CIVMARs under the contract at a hotel facility that is under renovation and/or undergoing a major construction project. 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 comparable to that of public transportation within a five mile driving radius with set schedule. Each authorized CIVMAR 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 authorized 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. The Contractor shall provide hotel rooms when called for by the COR and/or Contracting Officer or his/her designated representatives. The Contractor shall ensure a sufficient number of single rooms are available at all times to meet the Government's needs. Based on previous history, the room nights will vary with an estimated average of 120 rooms per night, to as many as 250 rooms per night. The quantities of single rooms actually occupied for lodging on any one day may vary depending upon the fluctuating number of CIVMARs awaiting assignment or attending training. Reservations will be made in advance of arrival of the hotel guests by the MSC designated Point of Contact (POC). If reservations are made in advance, every effort shall be made by the Contractor to provide a room within one hour of arrival. To the extent possible, the Government will make every effort to provide advance reservations. Occasionally there will be late arrivals and every effort shall be made by the Contractor to accommodate those authorized CIVMARs arriving late. The length of a CIVMARs stay varies. Each authorized CIVMAR shall be entitled to a single room. The authorized CIVMARs will remain in the same facility from the day they check in until they check out with the exception of those moves at the request of the MSC POC based on availability of the contractor. The authorized CIVMARS may not be moved from one facility to another unless contractor submits a request three (3) workdays in advance with adequate justification, to the MSC CSU-W Site Manager for approval. The Contractor shall provide a single room night rate per day, including all applicable taxes in the composite rate. However, generally, the U.S. Government is tax exempt. The total price for one unit of lodging shall not exceed the maximum per diem locality rate specified in the Joint Travel Regulations as amended. The Government estimates 50,000 single room nights to be utilized during the contract period base year. This is only an estimate. The Government is only liable for and will only pay for the actual number of rooms provided by the contractor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2597eb743cfc2de5497f850b6802b06e)
 
Place of Performance
Address: SAN DIEGO, California, 92160, United States
Zip Code: 92160
 
Record
SN03267274-W 20140116/140114234312-2597eb743cfc2de5497f850b6802b06e (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.