Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2015 FBO #5004
SOLICITATION NOTICE

V -- Off Post Lodging Blanket Purchase Agreements

Notice Date
8/4/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
MICC - Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
 
ZIP Code
65473-0140
 
Solicitation Number
W911S7-15-T-0118
 
Response Due
8/7/2015
 
Archive Date
10/3/2015
 
Point of Contact
Richard Brown, 573-596-0253
 
E-Mail Address
MICC - Fort Leonard Wood
(richard.a.brown@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. Institutional Training Directed Lodging Blanket Purchase Agreement (BPA) Terms and Conditions NOTE: The terms quote mark order(s) quote mark, quote mark call(s) quote mark and quote mark purchase(s) are used interchangeably. These terms represent authorized purchases against the BPA. 1. Description of Agreement. This Blanket Purchase Agreement is to provide lodging for Government personnel in support of in-processing and training troops when on-post lodging facilities are not available. The contractor shall furnish referenced supplies if and when requested by the Contracting Officer (KO) or his/her authorized representative during the period specified herein. The Government is obligated only to the extent of authorized orders actually placed against this Blanket Purchase Agreement. The terms and conditions included in this requirement apply to all call orders made pursuant to this requirement under any resultant Blanket Purchase Agreement. In the event of an inconsistency between the provisions of the Blanket Purchase Agreement and the supplier's invoice, the provisions of these terms and conditions and resultant Blanket Purchase Agreement will take precedence. Contractor shall provide fully-furnished two beds per room in the surrounding Fort Leonard Wood area. Contractor shall provide cleaning and bed making, general cleaning, unless declined by occupant, and meet or exceed industry standards. Health and safety condition of room/s shall meet or exceed city, state and Government standards. Distance of hotel to Fort Leonard Wood must be within 5 miles, one way trip, early start time and late end of training along with traffic and construction delays makes the distance a significant factor. Requirement for hotel room/s will be only after the student bed capacity on Fort Leonard Wood is filled. When bed space becomes available on Fort Leonard Wood and student Soldier's course graduation date is greater than two training weeks/ten training days, from the day space becomes available, the Soldier will be moved and relocated on to Fort Leonard Wood. Soldiers housed at contractor hotel will not be relocated during the normal work week. 2. Pricing. The vendor agrees that the price paid the United States Government at Fort Leonard Wood, Missouri, for items supplied under this agreement will be as low as or lower than those offered any business establishment, wholesaler, or other Government agencies or activities doing business in the local trading area, for comparable quantities under similar terms and conditions. In determining the lowest price offered to others, all rebates, discounts, patronage refunds and other actions having bearing on the priced paid will be considered. Rates must not exceed the Government Published Per Diem Rate of $83.00 per night. 3. Hotel rooms shall meet or exceed the following requirements: a. Rooms shall as a minimum contain 2 beds, sheets sets, comforters, blankets, pillows, and clock radio with alarm, capable of double occupancy. Room rates shall include all standard utilities electric, heating and air conditioning, water, sewer. Rooms shall contain iron & iron board and all standard utilities, electrical, water, telephone with voice mail capability. Rooms shall be non-smoking rooms b. Rooms shall have a microwave oven, refrigerator. c. Rooms shall contain 2 sets of hand/wash/bath towels, for possible double occupancy, shower curtains, bath mats, waste baskets, and clean toilet. Rooms shall be appropriately heated or cooled, as weather conditions require. d. Rooms shall be clean and free of rodents to include: rats and mice; and insects to include: ants, roaches, bed bugs, silver fish, flies, mosquitoes, bees, wasps, spiders, and fleas. e. Rooms shall contain a telephone in good working order with free local access. The Soldier occupant is personally responsible for telephone charges exceeding the free local access. The Government will not be responsible for either the collecting or payment of any telephone charges. f. Rooms shall have basic cable/satellite TV included in the cost of the room; purchase of service above base level is the responsibility of the Soldier and will be paid by the Soldier. Contractor will provide free internet connection with industry standard connectivity. Providing these services does not increase cost to the Government. Government will not be billed for any Pay-per-View service requested by the occupant. This service cost is the responsibility of the individual occupant. The Government will not be responsible for either the collecting or payment of any cable/satellite charges. g. For safety and security reasons, rooms shall be accessed via interior corridors only, have clearly marked emergency exits and clearly marked fire extinguisher stations. h. Contractor shall have lighted, safe, secure parking on hotel grounds. i. Contractors shall have security cameras in and around hotel j. Contractor will have dining facilities or food service in the hotel, or allow for non-contractor food delivery service. Contractor hotel must be located within safe walking distance from a commercial public dining establishment.. Food service is at the individual Soldier's expense and providing this service does not increase cost to the Government. k. Electronic Key Lock Systems for all guest rooms, entrances, and exits. Rooms should have viewports, deadbolts, and secondary locks on guest room doors. l. All guest rooms should be self-closing doors. m. Parking lot security. Entire parking area will be lighted at night with periodic inspections. 4. Responsibilities.. Contractor agrees the occupant is responsible for any damages said occupant may cause to the room occupied or the facility. Government will incur no liability, financially or otherwise, for said damages caused by occupant to said room or facility. 5. CANCELLATIONS/LATE ARRIVALS/EARLY DEPARTURES. a. Cancellation Policy. There shall be no cancellation fee for room cancellations provided the Government or occupant provides notice of cancellation to the Contractor before 6 PM Central Standard time on arrival day. If cancelled after 6 PM Central Standard Time on arrival day, the Contractor will charge the Government a cancellation fee equal to the contract room rate for one night. No other cancellation charges shall be due regardless of the number of days the room was originally reserved for on the Order/Call. b. Late Arrivals. The Government shall instruct room occupants to provide notice to the hotel of anticipated arrivals after 6 PM Central Standard Time. However, failure of the occupant to give such notice shall not entitle the hotel to rent the room to another occupant without Government approval. If such approval is granted the Cancellation fee shall be deemed waived. c. Early Departures. The Government reserves the right to terminate orders for individual rooms where on-post lodging for students becomes available. Where a student will depart early because the Government is moving them onto the installation the Government will only be billed for the days the student actually occupied the room provided that the Government provides the Contractor with a minimum of 24 hours notice. If the Government fails to provide 24 hours notice, the hotel may charge the government for one additional day. The Government will not move students out of contracted rooms onto the installation during the regular work week (Monday - Friday) 6. Purchase Limitations and Call Orders.. The Government will award multiple Blanket Purchase Agreements to the offeror(s) who present the lowest price technically acceptable Offers to the Government for rooms meeting the minimum standards specified in the Contract. Call Orders will be issued to BPA awardees based on price and on the number of rooms needed to accommodate military students attending classes during each quarter. Individual Orders will be for the number of rooms needed for EACH class. Some classes will be larger than others. Orders will be placed with lower priced Offerors provided they can accommodate the number of students involved in the Order. Where the lowest priced offeror cannot provide the number of rooms required to satisfy the Order the Government will contact the Contractor offering the next lowest price and so forth until the Order is filled. Normally Orders will not be broken up between BPA Contractors. But the Government reserves the right to split individual Orders if no BPA holder can satisfy the entire Order. Under no circumstances will be a BPA be awarded at a price exceeding $83.00 per room per night. The first month of the quarter shall be billed from the first day of occupancy through the 18th of that month. a. Orders shall be placed orally or electronically by authorized ordering officers or the Contracting Officer. b. No individual call order placed against this contract by a KO or an authorized individual assigned to the Contracting Office shall exceed $100,000.00. c. No individual call order will be placed against this agreement by any individual outside the Contracting Office or by the designated Ordering Officer. An Ordering Officer will be appointed to coordinate day-to-day operations within delivery order parameters. d. The total amount ordered under this contract shall not exceed $800,000.00 per agreement year.. e. Room occupants will not be allowed to charge incidentals, movies or non-complimentary food or beverages under any call order issued for this agreement. 7. Changes In Rates Offered.. Individual Contractors wishing to increase the possibility of receiving more Orders by offering better pricing may change their rates periodically upon giving 30 days notice to the Government. Any rate changes will not be effective for any rooms already reserved via an Order/Call. Increases in rates may not result in a new rate which exceeds $83.00 per room per night. Increases in rates may result in few Orders being placed. 8. Extent of obligation. This agreement does not obligate the Government to order or the vendor to furnish any items of any quantity except to the extent that may be agreed upon in connection with individual orders. The Government is obligated only to the extent of authorized purchases actually made under this Blanket Purchase Agreement and is under no obligation to purchase any quantity in the attached item listing. It is understood and agreed that the stated conditions in no way or manner binds the Government to make Blanket Purchase Agreement purchases or any other type of purchases from the vendor 9. Purchase limitation. Room charge will not exceed current local per diem rates ($83.00 per night). It is estimated a total of 22,000 bed nights will be required by the Government. Each contractor will have a minimum guarantee of one bed night. All payments for supplies received under this Blanket Purchase Agreement will be paid on a monthly basis using the Government Purchase Card. All contractors are required to have the capability of accepting payment via the Government Purchase Card during the life of this agreement. No other form of payment is authorized. Payments will be made monthly in arrears. Billing cycle is 19th of the month through the 18th day of the following month. 10. Payment will be made monthly by Government Purchase Card. Monthly invoices will be provided to the office of the Ordering Officer responsible for placing the order. 11. Delivery tickets/invoices. Contractor will be required to submit monthly receipts with the below information: a. Name of supplier b. BPA number c. Itemized list of rooms furnished d. Invoice by individual and consolidated e. Copy of off-post lodging authorization form 12. Invoices. A summary and individual invoice shall be submitted monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period, identifying the delivery tickets covered therein, stating their total dollar value, and supported by off-post lodging authorization forms. 13. Contractor Compliance. The Contractor shall comply with the following: a. American with Disabilities Act (ADA). The Contractor shall be in compliance with Federal, State, and Municipal Health Codes, and in full regulatory compliance with ADA requirement. b. Federal Emergency Management Agency (FEMA). The Contractor shall maintain a current certification on the FEMA National Master List and be in full compliance with the Hotel and Motel Fire and Safety Act of 1990 throughout the term of the contract. 14. Local Instructions. a. The Contracting Officer is the Government authorized representative that solicits, awards, negotiates, administers and modifies contracts. Only the Contracting Officer has the authority to negotiate and /or make any changes within scope of the Blanket Purchase Agreement. b. The Contracting Officer will designated Ordering Officers. The Ordering Officers will be responsible for placing orders, providing technical assistance, answering technical questions, inspection and surveillance for compliance with the agreement,, and reporting contractor's performance. c. An Ordering Officer will conduct a site visit to ensure compliance with the conditions of this agreement within 30 days after signed agreement between all parties. d. All agreement holders must be register in the System for Award Management (www.SAM.gov) See FAR 52.204-7. All FAR, DFAR, and AFAR clauses are applicable for Commercial, supply item, less than $6.5M. This is a base + BPA not to exceed 5 years
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2e90fa542e66c379f7417ac2d9e52d10)
 
Place of Performance
Address: MICC - Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
Zip Code: 65473-0140
 
Record
SN03822090-W 20150806/150804235257-2e90fa542e66c379f7417ac2d9e52d10 (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.