SOLICITATION NOTICE
X -- Off Center Lodging for FLETC Charleston - HSFLCS-15-Q-00021
- Notice Date
- 6/10/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Homeland Security, Federal Law Enforcement Training Center (FLETC), FLETC Charleston Facility, 2000 Bainbridge Avenue, B-1, Charleston, South Carolina, 29405, United States
- ZIP Code
- 29405
- Solicitation Number
- HSFLCS-15-R-00021
- Point of Contact
- Grace Brown, Phone: 8435667709
- E-Mail Address
-
Grace.Brown@fletc.dhs.gov
(Grace.Brown@fletc.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Off Center Lodging The Contractor shall furnish facilities, furniture, equipment, supplies, management, supervision, and labor, seven (7) days per week, including Federal holidays, if applicable, to provide Off-Center Lodging for the Federal Law Enforcement Training Center (FLETC) in Charleston, SC, as per the statement of work. All rooms and hotel/motel facilities shall comply with current Federal, State, and Local health, fire, and safety regulations. The lodging establishment shall be located within 20 miles of the FLETC, front gate at Charleston, SC. The Contractor shall be responsible for providing all facilities, equipment, materials, and supplies to fulfill the requirements of the contract. The lodging establishment shall be located within a reasonable distance (five miles or less) of various food service establishments. The Contractor shall ensure that security of the facilities is maintained at all times. Lodging Room doors leading to the outside of the room shall be provided with a peep hole and a night latch which will prevent opening of the door from the outside when locked by the guest from the inside. Hotel Room size shall be no smaller than 288 square feet. The Contracting Officer reserves the right to determine acceptability of accommodations offered. All items of furniture shall be clean, free of dust and debris, and all items of furniture shall be in good repair, functional, and sturdy. There shall be no undue sleep disturbing noises. Each room shall include bathing and toilet facilities that are kept clean at all times. The Contractor shall provide pest control services to all rooms occupied by Government guests on an as needed basis, but at least once per month for the duration of this agreement. Parking areas, outside buildings, and grounds shall have sufficient lighting to provide for a safe environment. All rooms provided under this agreement shall be non-smoking. Normal hotel support services shall be provided to include 24 hour-a-day message service, wake up calls, ice machine, and vending machines for beverage and snacks. Each hotel property shall be equipped with an operable FAX machine in order to receive correspondence from the Contracting Officer(s) or COTR(s). The Government shall not be responsible for occupants' use of the hotel FAX. All room rates shall include the cost of all local occupancy fees, parking fees, local phone calls, toll-free access phone calls, and credit card access phone calls. Whenever possible, a two-week advance notice will be provided in the case of class cancellations. However, the Government reserves the right to make changes 72 hours in advance without incurring any penalty or cost for CANCELLATION OR RELOCATION of a class to FLETC's On-Center Lodging (Dormitories). FLETC occupants shall check-in from the period of 3:00 p.m., of the day the services begin (check-in date on task order) until 6:00 a.m., the day after check-in without incurring any penalty or cost to the Government. The Government contemplates awarding several un-priced Blanket Purchase Agreements (BPAs) to hotel/motels that meet or exceed the requirements of this solicitation-synopsis. When off-center lodging is required by FLETC, a request for lodging rate proposal will be submitted to the BPA holders detailing the number of rooms required, the period of time for services, and technical factors to be evaluated. A BPA call order will be placed with the BPA holder that provides the best value proposal to the Government, price and technical factors considered. Technical factors include past performance, compliance with requirements, management capabilities, hotel/motel amenities, and prior experience. The technical factors, when combined, may be significantly more important than price. Interested parties are requested to submit responses via email to Grace Brown, Contracting Officer, at grace.brown@fletc.dhs.gov or FAX at 843-566-7721, on or before 4:00 P.M on 26 June 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FLETC/CHS/HSFLCS-15-R-00021/listing.html)
- Place of Performance
- Address: Department of Homeland Security, Federal Law Enforcement Training Center (FLETC), 2000 Bainbridge Avenue, Building 1, Charleston, SC 29405, Charleston, South Carolina, 29405, United States
- Zip Code: 29405
- Zip Code: 29405
- Record
- SN03759570-W 20150612/150610235203-0b44768eb7a556313cd06a1f8d32cfa1 (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 |