MODIFICATION
X -- Modification to combined synopsis/solicitation W912L6-04-T-0004. This modification is issued in order to withdraw the Total Small Business Set-Aside. (Conformed Copy)
- Notice Date
- 1/14/2004
- Notice Type
- Modification
- Contracting Office
- 138th FW/LGC, Oklahoma Air National Guard, 4200 North 93rd East Avenue, Tulsa, OK 74115-1699
- ZIP Code
- 74115-1699
- Solicitation Number
- W912L6-04-T-0004
- Response Due
- 1/27/2004
- Archive Date
- 3/27/2004
- Point of Contact
- James W. Hunt, 918-833-7250
- E-Mail Address
-
Email your questions to 138th FW/LGC
(james.hunt@oktuls.ang.af.mil)
- Small Business Set-Aside
- N/A
- 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; propos als are being requested and a written solicitation will not be issued. This solicitation W912L6-04-T-0004 is being issued as a request for proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acqui sition Circular 2001-18. The North American Industry Classification System (NAICS) is 721110 and the small business size standard is $6.0M. This action will result in a Firm Fixed Price (FFP) Purchase Order utilizing simplified commercial acquisition proc edures under full and open competition. This requirement is for contract housing in commercial hotel facilities within a 15 mile radius of the 138th FW, 4200 N 93rd E Avenue, Tulsa OK 74115-1699 for individuals authorized by the 138th FW. This requirement is for 29 individual rooms for a period of one year, beginning 10 Feb 04 through 09 Feb 05. Description of service: The hotel rooms must be located at the same location and have onsite laundry facilities. The rooms will be single occupancy, with one double bed and be supplied with, as a minimum, (1) each telephone, (1) each television, (1) each microwave, and (1) each refrigerator. All equipment shall be fully operational. Desirable services: Daily breakfast and some evening refreshments and a fitness cent er on the premises. NOTE: In the event the contractor is offering two bedroom suites, there shall be an additional telephone and television for the second room. All rooms shall be cleaned daily, clean towel exchange shall occur no less than three (3) times a week; trash removal/collection service shall occur on a daily basis; rooms shall be vacuumed no less than one (1) day a week; and clean bed linen service shall occur no less than one (1) day a week. The Contractor's facility shall comply with all applic able health, fire, and safety codes and regulations. The Government will not be responsible for any miscellaneous charges incurred by the individual occupants. The Contractor must clearly outline to each occupant which miscellaneous services are not covere d by this contract such as personal telephone charges, pay-per-view movies, room service, and other such services available at additional costs and how the occupants will be charged by the Contractor for those services. The Government is under no obligatio n to provide services for accompanying spouses or visitors. Charges for spouses or visitors shall be between the Contractor and the occupant. The Contractor shall have a Quality Plan in place to ensure that the facilities meet the state and local health, s anitation and fire prevention standards and that the inspections are being conducted in accordance with said plan. At the direction of the Contracting Officer, the Contractor shall unlock any room occupied by the Government to allow access by Government Of ficials. Contractor shall include in their proposal their termination/cancellation policy. The Government reserves the right to cancel/terminate any or all portions of the contract upon successful notification to the Contractor within the time outlined in the Contractor's cancellation policy. The Contractor shall waive any charges against the Government due to the cancellation/termination and release it from all obligations under the contract if the Government gives the required advance notice of terminatio n of all, or any portion, of this contract. Contractor shall indicate whether they accept Visa Credit Card as a payment option. Contractor shall submit invoices to the individual outlined in the contract no more than once a month. Contractor may propose al ternative room configurations that would offer the greatest advantage to the government. The following clauses and provisions are incorporated by reference and apply to this acquisition; FAR 52.212-1 Instruction to Offerors??????Commercial Items; FAR 52.212-2 Evaluation??????Commercial Items; Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Com mercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - with its offer; FAR 52.212-4, Contract Terms and Conditions-Commercial; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders??????C ommercial Items; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.214-31 Facsimile Bids; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts and Complia nce Reports; FAR 52.222-25 Affirmative Action Compliance; FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veteran of the Vietnam War and Other Eligible Veteran; FAR 52.222-36 Affirmative Action for Workers w ith Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans; FAR 52.222-41 Service Contract Act of 1965 as Amended. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires Wage Determination Number 94-2434 for Area Tulsa Oklahoma; Confirmation has been sought from the Department of Labor; Upon confirmation of these wage rates any changes, if required, will be implemented. FAR 5 2.225-1 Buy American Act-Supplies; FAR52.232-3 3 Payment by Electronic Funds Transfer??????Central Contract Registration; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-5 Authorized Deviations in Provisions FAR 52.252-6 Authori zed Deviations in Clauses; The following DFARS clauses are applicable: DFARS 252-205-7000 Provision of Information to Cooperative Agreement Holders; DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applica ble to Defense Acquisitions of Commercial Items. DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFAR S 252.225-7012 Preference for Certain Domestic Commodities; DFARS 25 2.243-7001 Pricing of Contract Modifications. Provisions and Clauses can be obtained at http://farsite.hill.af.mil. The offeror shall also provide information on amenities offered at the offeror??????s facility that are of no additional charge. For inform ation regarding this solicitation please contact TSgt Marilyn Shortle at (918) 833-7704 or by email at marilyn.shortle@oktuls.ang.af.mil. All offers are due no later than 4:00pm (CST), 27 Jan 04. Facsimile offers will be accepted at (918) 833-7559, or ma y be hand carried or mailed to 138th Contracting Office, Attn: TSgt Marilyn Shortle, 4200 N. 93rd E. Ave., Tulsa, OK 74115.
- Place of Performance
- Address: 138th FW/LGC Oklahoma Air National Guard, 4200 North 93rd East Avenue Tulsa OK
- Zip Code: 74115-1699
- Country: US
- Zip Code: 74115-1699
- Record
- SN00503786-W 20040116/040114212206 (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 |