SOLICITATION NOTICE
X -- LODGING FACILITIES
- Notice Date
- 11/18/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
- ZIP Code
- 32212-0097
- Solicitation Number
- N68836-04-T-0085
- Response Due
- 12/1/2003
- Archive Date
- 11/18/2004
- Point of Contact
- Dolores Butler, Contract Specialist, Phone 904 542-4452, Fax 904 542-1163, - Debra Beck, Key Entry Operator 11, Phone (904) 542-1060, Fax (904) 542-1098,
- E-Mail Address
-
Dolores_R_Butler@jax.fisc.navy.mil, Debra_J_Beck@jax.fisc.navy.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number N68836-04-T-0085 applies and is issued as a Request for Quotation. On behalf of Training Air Wing Four, Corpus Cristi Texas, the Fleet & Industrial Supply Center, Jacksonville, Florida intends to procure on an unrestricted, single award basis, lodging facilities in Las Cruces New Mexico for Wing personnel. The North American Industry Classification System (NAICS) code is 721110 and the business size standard is $6.0 million. A firm fixed price contract is contemplated. All responsible sources may submit a quotation, which shall be considered by the agency. 0001 LODGING FACILITIES Lodging for Training Wing Four, Period of Performance, 07JAN03 - 11MAR03 Estimated UNIT PRICE TOTAL Quantities 0001AA Single occupancy rooms 1600 days ___________ ___________ 0001AB Double occupancy rooms 1600 days ___________ ___________ The quantities listed above are only estimates, contractor shall invoice for only the number of rooms used. Training Air Wing Four, Corpus requires lodging accommodations in Las Cruces, New Mexico for the period 07 January 2004 through 11 March 2004. -Items 0001AA thru 0001AB shall be for contractor to provide lodging services Rooms are required to be at one location and are required continuously during the above time periods. -The contractor will provide 25 single and 25 double occupancy rooms to lodge approximately 75 personnel for 64 days. The number of personnel will change over the term specified and the number of rooms required may fluctuate plus or minus fifteen (15) percent. The contractor in concert with the Unit Billeting Coordinator/representative will work together to achieve desired pay-grade and gender separation. The contractors facility shall comply with the Hotel and Motel Fire Safety Act of 1990, 15 U.S.C. 2201 et esq, (Public Law 101-3911), have a FEMA certification number, and shall meet minimum federal, state, and local standards for hotels. Proximity of lodging facility to Las Cruces, New Mexico Airport must be within a 12- mile radius. The contractor shall provide, within the room, a hair dryer, coffee pot, refrigerator, and microwave. A variety of snack and soft drink vending machines shall be located within the building. Continental breakfast will be included and shall be of good commercial quality and be available no later than 6:30 a.m. daily. Optional dining facilities must be located with ? mile of lodging. Each room shall be a minimum of 200 square feet, and include the following minimum furnishings: two double beds (one double bed for single occupancy rooms), an attached full bathroom, closet, study area with desk or table, chair, dresser, night stand, desktop lamps, refrigerator, telephone, AM/FM clock radio, and complimentary cable or satellite television with remote control. Lighting shall be adequate for reading. All furniture shall be in good condition. All bath, shower and sink fixtures (including the shower curtain) shall be free of rust and mildew. Unless specifically requested, all rooms are to be non-smoking designation. Each room shall have sufficient towels and amenities for two guests. A minimum of four towels, two wash cloths, two hand towels, and soap and shampoo shall be provided in each room. The contractor shall have an established policy to thoroughly clean each room before assigning it to a new occupant. The contractor shall have an established policy to clean rooms daily during occupancy to include replacing dirty towels, making beds, cleaning sink, countertop, commode, shower, and emptying trash. Each room shall be equipped with a smoke detector(s); a water sprinkler fire fighting system and entrance/egress doors must have multi-lock function. Rooms should open to the interior of the building for security purposes. The contractor shall either provide around the clock maintenance support to fix problems such as clogged drains and inoperable equipment in room, or promptly transfer occupants to another fully functional room. An adequate number of self-service laundry facilities, including irons shall be available within the confines of the complex. The contractor shall provide sufficient and uninterrupted supply of hot water (not less than 110 degrees Fahrenheit) to each room twenty-four hours per day. Each room shall have controls to individually adjust heat and air conditioning. Each room shall have telephones with free local calling, calling card, and 800 accesses. Telephones shall have standard RJ-11 adapters to allow computer/modem hookup. The hotel business office/Front desk shall be manned 24 hours a day and should provide a courtesy facsimile machine for use by squadron personnel. The government is only responsible for the cost of rooms. Incidental costs incurred by occupants will be the responsibility of the individuals assigned. In the event that a substantial portion of the Contractor's facility is destroyed by fire, hurricane, tornado, civil threat, rioting, terrorist strike or some other act of nature, both parties obligations hereunder shall terminate and be without further force or effect and neither party shall have any further rights, duties or obligations. . The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications-commercial items. Price will be the single evaluation criteria for this procurement. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: "additionally, the Government will accept the contractor's commercial warranty." Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.219-4 Notice of price evaluation preference for HUBZone small business concerns, 52.219-8 Utilization of Small Business Concerns52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: 252.225-7000 Buy American Act, 252.225-7012 Preference for certain domestic commodities, 252.204-7004 Central Contractor Registration, Registration in the Central Contractor Registration (CCR) Database is a requirement for award, go to www.ccr.gov to register. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program, .252.204-7003 Control of Government Personnel Work Product, 252.225-7031 Secondary Arab Boycott of Israel.252.247-7022 Representation of Extent of Transportation by sea. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.52.212-2 Evaluation-Commercial Items. This solicitation will be evaluated on the following factor: Lowest Price Technically Acceptable. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Statement of Conformancewith specifications. Quotations must be received no later than 28November 2003. Quotations must be in writing and may be faxed, emailed or mailed to the following. Fleet Industrial Supply Center, FISC JAX BLDG, 110 3rd Floor Naval Station Jacksonville FL 32212. Attn: Dolores Butler. Fax 904-542-1098 Telephone 904-542-4452, EMAIL: Dolores_r_Butler@jax.fisc.navy.mil
- Record
- SN00472188-W 20031120/031118212434 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |