COMMERCE BUSINESS DAILY ISSUE OF JULY 9, 2001 PSA #2888
SOLICITATIONS
X -- LODGING
- Notice Date
- July 5, 2001
- Contracting Office
- Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- DTCG40-01-R-42065
- Response Due
- July 20, 2001
- Point of Contact
- Brenda Thomas, Contract Specialist, Phone 410-762-6454, Fax 410-762-6056, Email bthomas@elcbalt.uscg.mil -- David Monk, Contracting Officer, Phone 410-762-6456, Fax 410-762-6056, Email dmonk@elcbalt.uscg.mil
- 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; quotes are being requested. A WRITTEN SOLICITATION WILL NOT BE ISSUED. The resultant contract shall be a firm-fixed price requirement type contract and shall include (1) base year with three (3) option years if all are exercised. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The solicitation number is DTCG40-01-R-42065. Proposals are due on 7/20/01, 2:30 p.m. Facsimiled offers are acceptable at 410-762-6056. It is the contractor's responsibility to verify receipt. Late offers may be determined unacceptable. This acquisition is issued under full and open competition. The NAICS code is 72111, size standard $5.0. The item description is lodging. The contractor must be capable of nominating no less than two facilities that fall within the specified radius. The location of each nominated facility shall be within a 10 mile radius of the Coast Guard YARD, 2401 Hawkins Point Road, Baltimore, Maryland. Evidence of this must be supplied with the quote in the form of directions and proof of radius, or it may be rejected. Acceptable nominations shall be required to adhere to all contractual terms and conditions of this synopsis/solicitation and any resulting contract. The minimum lodging requirement is one room, one night, with a 24 hour response time from date of request. The maximum requirement is 30 rooms, three months with a 48 hour response time, from date of request. The contractor is not obligated, but shall make every effort to accommodate a requirement for more than 30 rooms at one time within 72 hours of request. Delivery orders may be issued orally, by facsimile, or by electronic commerce methods. The Coast Guard reserves the right to lodge its crew members at the USCG YARD barracks or vessels at the YARD. This is not a mandated tax exempt service. The requirement is as follows: Base: Single RM rate_____ Double RM rate_____ Total_______=20 Option 1 Single RM rate_____ Double RM rate_____ Total_______ Option 2 Single RM rate_____ Double RM rate_____ Total_______ Option 3 Single RM rate_____ Double RM rate_____ Total_______ The government intends to use best value selections in accordance with FAR 13.106-2. The following factors shall be used to evaluate the offers: (1) past performance-Submit responses IAW 52.212-1(b)(10), (ii) Price-Price will be an important factor in the award of this contract. Prices will be analyzed and evaluated based on price competition most advantageous to the government. The Government will consider the currency and relevance of the information, source of the information, context of data, and general trends in contractor performance. In the case of a contractor without a record of relevant past performance, the contractor will be given a neutral rating for performance. Award will be made to the responsible, responsive offeror who provides the best overall value to the government. Minimum mandatory requirements for submittal of a quote: A pre-award survey shall be conducted for all nominated facilities. Said survey requirements include: (1) adequate water pressure at peak hours, (2) ability to supply hot water and adjust warm water, (3) rooms adequately maintained, (4) plumbing maintained with no evidence of leakage, (5) no water or other damage in ceilings or walls, (6) the contractor will make his best effort to provide rooming requirements over 30 rooms within 72 hour notice, (7) daily maid service must be provided, (8) rooms must be allocated in blocks whenever possible with the contractor making every effort to house all crew members at the same facility, (9) clean towels must be provided daily and placed in rooms at time of cleaning, (10) adequate heating and air conditioning available at all times, (11) laundry facilities easily accessible, (12) restaurants/fast foods easily accessible, (13) local public transportation easily accessible, (14) shopping mall easily accessible, (15) facility must supply with the quote, a copy of their rating status, and certificate of rating. Duration of the contract period is expected to be from approximately August 2001 to February 2005. All responsible sources may submit a proposal, which will be considered by this agency. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The clause FAR 52.212-2; Evaluation of Commercial items, applies to this solicitation, and FAR 52.246-4 Inspection of Services-Fixed price applies to this solicitation and subsequent award. The following clauses also apply to this solicitation and are incorporated by reference: FAR 52.217-5 Evaluation of Options for Solicitations, FAR 52.217-9 Option to Extend the Term of the Contract. The government evaluates options price together for a total price comparison. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the options. The Government may extend the term of this contract by written notice to the contractor within 48 hours of the expiration of the contract, provided that the Government shall give the contractor a preliminary notice within at least 24 hours before the contract expires. The preliminary notice does not commit the Government to an extension. If the government exercises this option, the extended contract shall be considered to include this option provision. The total duration of this contract including the exercise of any options under this clause shall not exceed four (4) years. Prices to the Government shall be as low or lower than those charged to the contractors most favored customer in addition to any discount for prompt payment. THE CLAUSE AT 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS" APPLIES TO THIS SOLICITATION. OFFERORS WHO FAIL TO SUBMIT A COMPLETED REPRESENTATION AND CERTIFICATION MAY BE CONSIDERED NONRESPONSIVE. Copies of this clause will be provided upon offeror's request. The clause, at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this solicitation, along with the Far 52.232-33 Mandatory Information For Electronic Funds Transfer as an addenda. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive orders (AUG 1996) applies to this solicitation and the following clauses cited in the clause are applicable to this solicitation: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423): 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.222-26, Equal Opportunity (E.O 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793): 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-41 Service Contract Act of 1965 as amended, 52.232-33 Mandatory Information for Electronic Funds Transfer Payment. In compliance with the Service Contract Act of 1965, and the regulations of the Secretry of Labor, this clause identifies the classes of service employees expected to be employed under the contract and states the wages fnd fringe benefits payable to each if they were employed by the contracting agency subject to the privisions of 5USC5341 or 5332. FAR 52.222-42 Statement of Equivalent Hires for Federal Hires, FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts). 52.225-9, Buy American Act-Trade Agreements Act-Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582). The following addenda is added to 52.212-5: FAR Clause 52.215-2, Audit and Records Negotiation, is hereby incorporated by reference in this Request for Proposal. Offerors are instructed to include a completed copy of FAR provision 52.212-3, "Offerors Representations and Certification -- Commercial Items" with their proposal. This notice is "For Minority, Women-owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT), of the Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, please call the OSBDU at (800) 532-1169. Contact Brenda Thomas at (410) 762-6454 for information regarding this synopsis/solicitation. DUNS number must be provided. The internet address to review and/or obtain any of the aforementioned provisions and clauses is http://www.arnet.gov/far.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/DOT/USCG/USCGELC/DTCG40-01-R-42065/listing.h tml)
- Record
- Loren Data Corp. 20010709/XSOL004.HTM (D-186 SN50Q962)
| X - Lease or Rental of Facilities Index
|
Issue Index |
Created on July 5, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|