MODIFICATION
V -- SEE SOLICITATION W91QF0-16-T-0011
- Notice Date
- 6/28/2016
- Notice Type
- Modification/Amendment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W91215) FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
- ZIP Code
- 23604-5577
- Solicitation Number
- W91QF0-16-R-0004
- Archive Date
- 6/11/2016
- Point of Contact
- Larry L. Brown, Phone: 7172454620
- E-Mail Address
-
larry.l.brown9.civ@mail.mil
(larry.l.brown9.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- CROSSREFERENCE FROM W91QF0-16-R-0004 TO W91QF0-16-T-0011. This is an announcement of a forthcoming solicitation. Those responding will not be entitled to payment for direct or indirect costs that they incur in developing a response to this synopsis. Furthermore, this request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. Interested parties are responsible to clearly and adequately mark proprietary, restricted or competition sensitive information contained in their response accordingly. The Government may perform preliminary Technical and Price evaluations on the information provided for understanding of the scope of the requirement. This synopsis is a market survey to identify potential sources for Lodging in the Washington, DC area for the US Army War College students and faculty for the periods indicated in the table below. The Government expects to follow the procedures according to FAR Part 12 and 15. Lodging prices shall not exceed the JTR per diem rates as published by the General Services Administration (GSA) for the time period and Fiscal Year in which lodging occurs. Lodging dates and the required number of rooms are indicated in the tables below. Quantities are estimates only. The U.S. government reserves the right to increase or decrease the quantity of rooms by no more than 15 percent at any time. An operations center, parking for four (4) 15 passenger vans and one minivan and space to load and unload nine (9) 55 passenger motor coaches is a part of the requirement. DATES: AY17 - 8- 11 May 2017 AY18 - 7- 10 May 2018 AY19 - 6- 9 May 2019 AY20 - 4 - 7 May 2020 Room Type and Quantities. ROOM(S) Day 1 Day 2 Day 3 Day 4 Single 60 90 90 0 Double 0 165 165 0 Suite 0 1 1 0 Operations Center 1 1 1 1 Baggage Area 0 1 0 1 The lodging facility must meet the following qualifications: Hotel must be physically located within a 4 mile radius of the White House and within one quarter mile walking distance to a Metro station. Hotel must have a 3-STAR or better designation according to the Forbes Mobil Travel Guide of rating. Rooms shall be as contiguous as possible and shall be located within the same hotel. 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 décor. Furniture, fixtures, and linens shall not be at the end of its life cycle, showing worn or shabby appearance. Rooms must have refrigerated air conditioning/heating through a central system or individual air conditioning/heating units. Window or other type fans are not considered to be air conditioning units. Each room must have a private bath or shower. The hotel shall have conveniently located ice machines and provide ice buckets for each room. The suite must be available for the Commandant by 11:00 am, Day 2. All suites will have refrigerators. Single rooms will have one bed. Double rooms will have two beds. Contractors who believe they possess the requisite experience and expertise to meet these requirements should respond by indicating their interest and provide sufficient information or documentation to indicate how the requirements would be met. Responses may include a statement as to the size (total number of rooms) of the facility, statement of qualifications according to the above requirements, and star rating according to the Forbes Travel Guide. Interested sources possessing the capability of meeting all of the requirements and conditions outlined above are encouraged to indicate by responding via email to the POC identified herein. All submissions must include full company names, Points of Contact (POCs) to include, name, position, office and mobile telephone number(s) and email address. All interested sources are encouraged to request the solicitation by providing the requested information noted above Not Later Than (NLT) 4:00 PM May 27, 2016. All requests for the solicitation must be received directly from hotel personnel or contracted sales representatives. No third party requests will be honored. All proprietary and restricted information shall be clearly marked accordingly. All responses and inquiries pertaining to this announcement shall be forwarded via email to Larry L. Brown, larry.l.brown9.civ@mail.mil. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Questions concerning submissions should be directed via email only to the above POC. Contracting Office Address: DO NOT SUBMIT RESPONSES TO THIS ADDRESS CCMI-CEU-CB - MICC-Carlisle Barracks, 314 Lovell Ave. Ste 1, Carlisle Barracks, PA 17013 Place of Performance: Washington, DC area Period of Performance: See date table
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/65a98f44297b6a3454e702122e6793e8)
- Place of Performance
- Address: WASHINGTON, DC AREA, United States
- Record
- SN04165413-W 20160630/160628235618-65a98f44297b6a3454e702122e6793e8 (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 |