Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2014 FBO #4688
MODIFICATION

V -- combined Synopsis/Solicitation for Hotel Lodging for New York City Class Trip, AY15

Notice Date
9/23/2014
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
MICC - Carlisle Barracks, 314 Lovell Avenue, Suite 1, Carlisle Barracks, PA 17013-5072
 
ZIP Code
17013-5072
 
Solicitation Number
W91QF014T0013
 
Response Due
10/6/2014
 
Archive Date
11/22/2014
 
Point of Contact
Dahalia Trevenen, 7172453898
 
E-Mail Address
MICC - Carlisle Barracks
(dahalia.k.trevenen.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
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. Combined Synopsis/Solicitation for Hotel Lodging for New York City Class Trip, AY15 Solicitation for the New York City hotel lodging requirement will be posted on https://www.fbo.gov for 30 calendar days. The solicitation is listed below. 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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this notice is W91QF0-14-T-0013. Method of solicitation is Request for Quotes-Automated (RFT). This requirement is unrestricted for vendors that can provide hotel lodging services in the New York City area. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110. The size standard is $32.5 million. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-76 effective 25 July 2014 and Defense Federal Acquisition Regulation Supplement (DFARS). The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil or http://www.acquisition.gov/far/. Contract Line Item Numbers (CLINs) ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 000170Each Single Rooms: Day 1 FFP Single Rooms, Day 1 for Operations Personnel and Faculty Escorts for Small Group Visits. Rooms shall be as contiguous as possible. Period of Performance: 10 MAR 2015 - 14 MAR 2015. FOB: Destination PURCHASE REQUEST NUMBER: 0010503824 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00021,410Each Rooms: Day 2-4 FFP Rooms, Days 2-4 for Class of 2015. Rooms shall be as contiguous as possible. Period of Performance: 11 MAR 2015 - 13 MAR 2015. FOB: Destination PURCHASE REQUEST NUMBER: 0010503824 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00034Each Suite: Day 1-4 FFP Suite, Day 1-4 For Commandant of War College. Suite keys must be ready NLT 2:00pm day of arrival. Period of Performance: 10 MAR 2015 - 13 MAR 2015. FOB: Destination PURCHASE REQUEST NUMBER: 0010503824 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00045Each Operations Center Day 1-5 FFP See Operations Center requirements in Performance Work Statement (PWS). Period of Performance: 10 MAR 2015 - 14 MAR 2015. FOB: Destination PURCHASE REQUEST NUMBER: 0010503824 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00051,000Each Baggage Handling: Day 2 & 5 FFP See Baggage Handling service requirements in PWS. Period of Performance: 11 MAR 2015 AND 14 MAR 2015. FOB: Destination PURCHASE REQUEST NUMBER: 0010503824 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00062Each Baggage Storage Area FFP See Baggage Area in PWS. Period of Performance: 11 MAR 2015 - 14 MAR 2015. FOB: Destination PURCHASE REQUEST NUMBER: 0010503824 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00075Each Ops: Vehicle Parking Service FFP See Operations vehicle parking in PWS. Period of Performance: 10 MAR 2015 - 14 MAR 2015. FOB: Destination PURCHASE REQUEST NUMBER: 0010503824 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00084Each Parking for Commandant's Vehicle FFP See parking for Commandant's vehicle in PWS. Period of Performance: 10 MAR 2015 - 14 MAR 2015. FOB: Destination PURCHASE REQUEST NUMBER: 0010503824 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00091Job Mail Room Services FFP See Mail Room Services in PWS. Period of Performance: 10 MAR 2015 - 14 MAR 2015. FOB: Destination PURCHASE REQUEST NUMBER: 0010503824 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00104Each Doctor's Exam Room FFP Doctor's Exam Room for patients (must be located next to Doctors private room). Period of Performance: 10 MAR 2015 - 13 MAR 2015. FOB: Destination PURCHASE REQUEST NUMBER: 0010503824 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00111Each Contracting Manpower Report (CMR) FFP CMR reports must be completed by contractor. Period of Performance: 10 MAR 2015 - 14 MAR 2015. FOB: Destination PURCHASE REQUEST NUMBER: 0010503824 This procurement is for the purchase of hotel lodging services in New York City for the US Army War College, Carlisle, PA per the attached Performance Work Statement (PWS). The required delivery schedule is 10 March 2015 - 14 March 2015. Quotes are due No Later Than (NLT) 2 October 2014 at 4pm EST and shall be emailed to dahalia.k.trevenen.civ@mail.mil and Kevin.l.kauffman.civ@mail.mil. Quoters shall provide the unit price for each Contract Line Item Number (CLIN) and the total amount, inclusive of shipping costs (FOB Destination). Notice to Quoters: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the Government cancels this solicitation, the Government has no obligation to reimburse a quoter for any costs. FAR Provision 52.212-1 Instructions to Offers - Commercial Items and the below Addendum to 52.212-1 apply to this solicitation. ADDENDUM - 52.212-1 (Instructions to Offerors - Commercial Items) This solicitation W91QF0-14-T-0013 is issued to establish one (1) or more Firm Fixed Price contract(s) for a contractor(s) to perform hotel lodging services in accordance with the Performance Work Statement (PWS). Department of Labor Service Contract Act Wage Determination 95-0561 (Rev. -25) is attached and applicable. The Government reserves the right to modify the PWS as required. This may be in the form of general reductions or cancellation of services. Reductions or changes of effort shall be negotiated with the contractor(s). Quantities listed as quote mark EACH quote mark are realistic estimated quantities. These estimates are not a representation that the estimated quantity will be required or ordered, or that the conditions affecting requirements will be stable or normal. Quantities shown are for quote purposes only. Payment will be made for the actual quantity used, not to exceed this amount. If quantities described as estimated are not required by the government, such an event shall not constitute the basis for an Equitable Price Adjustment under the contract(s). All vendors and prospective department of defense contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov prior to submitting a quote for this solicitation. The solicitation includes the following attachments: Wage Determination Performance Work Statement Submittal and Inquiries. 1. Quotes shall be submitted prior to the closing date and time identified on the Solicitation. 2. Quotes shall be submitted only electronically through email with confirmed receipt. Solicitations shall be submitted to Ms. Dahalia Trevenen, Contract Specialist at dahalia.k.trevenen.civ@mail.mil or Mr. Kevin Kauffman, Contracting Officer at kevin.l.kauffman.civ@mail.mil. Electronic submissions by facsimile will not be accepted. Please note, the Government contracting office building is closed on Holidays and Weekends. 3. The point of contact responsible for supplying additional information and answering all inquiries is the Contracting Officer via the Contract Specialist. Address all questions or concerns the quoter may have to the Contract Specialist, Ms. Dahalia Trevenen at dahalia.k.trevenen.civ@mail.mil and Contracting Officer, Mr. Kevin Kauffman at kevin.l.kauffman.civ@mail.mil. All questions regarding this solicitation shall be submitted in writing via email. The deadline for all questions is 29 SEP 2014. Any questions received after this deadline shall not be answered. General Instructions 1. The selection of a source(s) for award purposes will be conducted utilizing source selection procedures as delineated in FAR Part 12 (Acquisition of Commercial Items) and FAR Part 13 (Simplified Acquisition Procedures). Quotes will be evaluated using the criteria under FAR Clause 52.212-2 Evaluation-Commercial Items with Addendum. 2. The Quote. The submission of the documentation specified below will constitute the quoter's acceptance of the terms and conditions of the Solicitation, concurrence with the Specifications, and contract type. 3. Instructions outlined in Quote Preparation Instructions below prescribe the format for the quote and describe the approach for the development and presentation of quote data. These instructions are designed to ensure the submission of necessary information to provide for the understanding and comprehensive evaluation of quotes. It is the Government's intention to award without discussions. Quoters are encouraged to present their best technical quote, past performance and prices in their initial quote submission. 4. If a quoter believes the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise deemed unsound, the quoter shall immediately notify the Contracting Officer (KO) in writing with supporting rationale. Quoters are reminded that the Government reserves the right to award this effort based on the initial quote, as received, without discussion. 5. In accordance with FAR Subpart 4.8 (Government Contract Files), the Government will retain one copy of all unsuccessful quotes. Unless the quoter requests otherwise, the Government will destroy extra copies of such unsuccessful quotes. Quote Preparation Instructions Quoters are required to submit a completed Solicitation (including acknowledgment of Amendments). All final monetary extensions shall be in whole dollars only. Failure to follow the below Contract Quote Preparation Instructions may cause your quote to be deemed unacceptable by the Government. 1. Quotes shall consist of three (3) volumes: Technical, Past Performance, and Price. 2. Quote Format (a) Quoters shall submit quotes via email not later than 2 October 2014 at 4:00 p.m. EST. Upon receipt of electronic submissions Contract Specialist or Contracting Officer will acknowledge the quotes were received with a confirmation email; however, time is based on actual quote submission not on confirmation email. It is the responsibility of the quoter to ensure electronic submissions were properly sent and a confirmation email is received. (b) Quoters shall submit their quote IAW the below. QUOTE SUBMISSION Information submitted by quoters will be used in accordance with FAR clause 52.212-1 quote mark Evaluation-Commercial Items quote mark to evaluate the subject quote according to the evaluation criteria set forth in the solicitation. Volume 1: This section shall include all other information to include acknowledgement(s) and signed amendment(s) for all solicitation amendments, Representation & Certification, Exceptions and any other information not applicable to Volume II or III. Volume 2: a. Tab 1 - Technical Quote: The technical quote shall be specific, detailed, and complete to clearly and fully demonstrate your understanding of the proposed work. No price or cost information is to be included in the technical quote. b. Tab 2 - Past Performance: Quoters shall submit current and relevant information, e.g. contract and/or subcontract work performed within the past three years for similar services. Quoters shall include the source of the information, e.g. three points of contact, addresses, and telephone numbers, the context of the data, e.g. type of contract, contract amount, period of performance, and comments on any performance problems encountered and the quoter's corrective actions. Quoters are to provide one financial reference. Quoters with no prior government contracts or subcontracts may submit similar information for contract and/or other work performance with State and local governments, private industries, educational institutions and/or past Government service. Volume 3: a.Price Quote - The goal of this solicitation is to obtain services on one (1) or more Firm Fixed Price contract(s), with bottom line prices annotated on the bid schedule. Quoters will submit total proposed price for completing required work inclusive of all costs associated with this requirement. Price shall be evaluated using price analysis techniques to determine price reasonableness. b.PRICE RE-DETERMINATION FOR NEW PER DIEM RATES FOR LODGING The Joint Travel Regulation (JTR) limits payments for lodging to a maximum published rate for each locality, which are adjusted periodically. The published per diem rate for New York City, New York for the time period in which the event takes place shall prevail. This contract(s) requires lodging for a Period of Performance of 10-14 March 2014 with no Option Years. The unit prices for the single occupancy room and/or suites lodging only line items stated in this contract(s) can be re-determined in accordance with this clause, only if a written request of the contractor(s) is received by the Contracting Officer, at least 30 days prior to performance. No other unit prices for rooms or non-lodging line items shall be re-determined. These single occupancy room and/or suite lodging unit prices can be adjusted to reflect changes in the per diem as published by the JTR. The unit price for each single occupancy room or suite line items can be adjusted, by the difference between the JTR Per Diem which will be in effect at time of performance and the JTR Per Diem in effect at time of quote. NOTE: Third Party bids will not be accepted. The provision at 52.212-2 Evaluation - Commercial Items and the below Addendum to 52.212-2 apply to this solicitation. 52.212-2 -- Evaluation -- Commercial Items. Evaluation -- Commercial Items (Jan 1999) 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. 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. The following factors shall be used to evaluate quotes: ADDENDUM - 52.212-2 BASIS OF AWARD-EVALUATION GENERAL INFORMATION 1. Award(s) will be made to one (1) or more quoter(s) deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose quote(s) conforms to the solicitation requirements, and whose quote(s), judged by an overall assessment of the evaluation criteria and other considerations specified in this solicitation, represents the Lowest Price Technically Acceptable with acceptable past performance. 2.Trade-offs between cost/price and non-cost/price factors are not permitted. Unreasonably high/unrealistically low, unbalanced, inaccurate or incomplete price quotes may be the grounds for eliminating a quote from competition. 3.The Government will evaluate quoted prices for reasonableness using price analysis techniques. Quoted prices evaluated as unreasonable may be grounds for eliminating a quote from competition. The Government will use one or more price analysis techniques to evaluate price. Through these techniques the Government will determine whether prices are reasonable, complete and balanced. Unreasonably high or low quoted prices may be grounds for eliminating a quote from competition either on the basis that the quoter does not understand the requirement or the quoter has made an unreasonable quote. 4.Award(s) for All of the Work. The Government intends to award one (1) or more Firm Fixed Price contract(s) as a result of this solicitation. Quotes received for less than the stated number of items listed in the Bid Schedule may be considered ineligible for award. The Government intends to evaluate quotes and award one (1) or more contract(s) without discussions with quoters. Therefore, the quoter's initial quote should contain the quoter's best terms from a cost or price, past performance and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. EVALUATION CRITERIA 1. The quotes will be evaluated under three (3) evaluation factors: Technical Acceptability, Past Performance, and Price. Factor 1: Technical Acceptability Factor 2: Past Performance Factor 3: Price 2. Factor 1: Technical Quote A technical quote is required from all quoters and shall be provided with the quote. The contents of the technical quote shall be directly aligned with the qualifications enumerated in the Performance Work Statement (PWS). Quoters shall use the PWS/Technical Quote Alignment Table provided in Appendix A or a similar format that directly aligns technical quotes with the measurable qualifications listed in the PWS. The following factors shall be used to evaluate quotes: Factor 1 -Technical. Technical capability of the product/services quoted to meet the Government's requirement aligned with the measurable qualifications in the Performance Work Statement. Assigning Ratings. The Technical Acceptability Factor will be assigned one of the ratings defined below. Note: Failure to meet any one (1) of the specified technical factors will result in the quote being deemed technically unacceptable. Technical Quote Acceptability Rating Description AcceptableQuote clearly meets the minimum requirements of the solicitation. UnacceptableQuote does not clearly meet the minimum requirements of the solicitation. 3. Factor 2 - Past Performance. The Past Performance evaluation will assess the quoter's probability of meeting the solicitation requirements as indicated by that quoter's record of past performance. Past Performance is assessed at the factor level after evaluating aspects of the quoter's recent past performance and focusing on performance that is relevant to the services being procured under this solicitation. Quoters are cautioned that in conducting the performance risk assessment, the Government may use data provided in the quote and data obtained from other sources, such as the Past Performance Information Retrieval System (PPIRS) or similar systems and State Department Watch Lists. Three past performance references for similar services performed within the last three (3) years to either Government and/or private industry contracts are required to be submitted by the quoter. References shall include name(s) of Government agency(s) or commercial firm(s), customer Point of Contact (POC), telephone number, contract number and dollar amount. Past performance areas of evaluation include: - Business Relations - Quality of Service - Schedule - Customer Satisfaction (a) Each quoter will receive a performance rating of quote mark Acceptable quote mark or quote mark Unacceptable quote mark based on the Quoter's recent past performance, focusing on performance that is relevant to the Contract requirements. (b) Recency Assessment. An assessment of the past performance information will be made to determine if it is recent. To be recent, the effort must be ongoing or must have been performed during the past three (3) years from the date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated. (c) Relevancy Assessment. To be relevant, the effort must be similar in nature of work, size, and complexity. The Government will conduct an in-depth evaluation of all recent performance information obtained to determine if it is the same or similar in nature of work, size, and complexity to the services/products being procured under this solicitation. Recent past performance is defined as not more than three (3) years from the RFP release date; relevant in terms of similar nature of work, size and complexity. Assigning Ratings. The Past Performance Factor will be assigned one of the ratings defined below. Past Performance Evaluation Ratings Rating Description AcceptableBased on the quoter's performance record, the Government has a reasonable expectation that the quoter will successfully perform the required effort, or the quoter's performance record is unknown. UnacceptableBased on the quoter's performance record, the Government has no reasonable expectation that the quoter will be able to successfully perform the required effort. (a)Note. In the case of a quoter without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the quoter may not be evaluated favorably, or unfavorably on past performance. Therefore, the quoter shall be determined to have unknown past performance. In the context of acceptability/unacceptability, quote mark unknown quote mark shall be considered quote mark acceptable. quote mark (b)A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 4. Factor 3 - Price. Price will not be scored or rated. Evaluation of price will be performed using one or more price analysis techniques. Through these techniques the Government will determine whether prices are reasonable, complete and balanced. (a)Unbalanced Pricing may be evaluated to assess potential performance risk which could result in unreasonably high prices. (b)Definitions. Reasonableness. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. Appendix A PWS/Technical Quote Alignment Table PWS QualificationResponse from Quoter Para 1.b.: The hotel must be located within the following radius: 1.Between 2nd & 8th Avenues, North and South 2.Between 42nd & 54th Streets, East and West 3.Less than one (1) mile walking distance from a subway entranceExample: NYC Best Ever Hotel is located: 1.On North 3rd Ave. which is between 2nd & 8th Avenues, North and South 2.On East 41st Street which is between 42nd & 54th Streets, East and West 3..5 miles walking distance from the 49th Street Union Square subway entrance Para 1.c.: Hotel must have a 3-STAR or better designation according to the Mobil Travel Guide process of ratingExample: According to Mobil Travel Guide rating process, NYC Best Ever Hotel has achieved a 4-Star designation Para 1.d.: Rooms must have central or individual climate control units for air conditioning/heating throughout (no window fans)Example: Please explain how the quoter meets this qualification. Para 1.e.: Each room must have a private bath or shower.Please explain how the quoter meets this qualification. Para 1.f.: Each room must have a television.Please explain how the quoter meets this qualification. Para 1.g.: Rooms must be suitable for nationally distinguished civilian and military guests. The hotel property and rooms shall meet or exceed industry standards for cleanliness and d cor. Furniture, fixtures, and linens shall not be at the end of its life cycle, showing worn or shabby appearance.Please explain how the quoter meets this qualification. Para 1.i.: The baggage area (square footage should be 1900 square feet) must be capable of holding 1,000 pieces of luggage, organized by seminar number.Please explain how the quoter meets this qualification. Para 1.j.: The hotel property and all rooms must have operating security devices and/or locks.Please explain how the quoter meets this qualification. Para 1.k.: Hotel must have a bus unloading and loading capability for 25 buses arriving and departing in waves of 3 within a two-hour time frame. Please explain how the quoter meets this qualification. Para 1.l.: Hotel must have a dining facility capable of serving 100 to 150 people simultaneously.Please explain how the quoter meets this qualification. The clause at FAR 52.232-18, Availability of Funds (Apr 1984), applies to this Solicitation and is incorporated via full text. Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) OTHER PROVISIONS/CLAUSES THAT APPLY TO THIS SOLICITATION: The following FAR clauses and provisions apply to this acquisition. FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) applies to this solicitation and the quoter must include a complete copy of this provision with their quote. FAR Clause 52.212-4 (Contract Terms and Conditions - Commercial Items) applies to this solicitation. FAR Clause 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items) applies to this solicitation. The following FAR and DFARS clauses cited in FAR Clause 52.212-5 also apply to this solicitation: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) 52.219-8, Utilization of Small Business Concerns (MAY 2014) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). Desk Clerk: GS-07 (Hourly rate: $21.17) Maid or Houseman: WG-02 (Hourly rate: $16.85) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) NOTE: In order to submit a quote for this solicitation, quoters MUST be registered in the System for Award Management (SAM) database IAW FAR 52.212-1(k) and DFARS 252.204.7004 Alt A. Registration may be done online at: https://www.acquisition.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/158d2c1eb55269cc55d84be6ceb917bc)
 
Place of Performance
Address: New York City Lodging Facility New York New York NY
Zip Code: 10019
 
Record
SN03524359-W 20140925/140923235712-158d2c1eb55269cc55d84be6ceb917bc (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.