SOLICITATION NOTICE
X -- Lodging Services
- Notice Date
- 8/27/2004
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
- ZIP Code
- 19111-5083
- Solicitation Number
- N00014004Q1033
- Response Due
- 9/10/2004
- Archive Date
- 9/25/2004
- Point of Contact
- Steven Benulis, Contract Negotiator, Phone 215-697-9584, Fax 215-697-9579, - James O'Sullivan, Contracting Officer, Phone 215-697-9680, Fax 215-697-9579,
- E-Mail Address
-
steven.benulis@navy.mil, james.b.o'sullivan@navy.mil
- Description
- <DESC> This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is _N000140-04-Q-1033. This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-24 and DFARS Change Notice 20040625. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 721110 and the Small Business Standard is $6 Million. This is a competitive, unrestricted action. The FISC Norfolk Detachment Philadelphia requests responses from qualified sources capable of providing economy rooms and suites to accommodate authorized recruit surge personnel of the Naval Hospital, Naval Training Center Great Lakes, IL, on a fixed price indefinite delivery, indefinite quantity type contract. Contract Line Item (CLIN) 0001 is for economy rooms or suites based on single and double occupancy for authorized personnel of the Naval Hospital, Great Lakes, IL, inclusive of tax. CLIN 0001 will be for the period 01 October 2004 through 30 September 2005. The minimum number of room nights for personnel required to stay will be 100. The maximum number of room nights for personnel required to stay is 2,660. The hotel/motel must be within 15 miles of the Naval Training Center, Great Lakes, IL. The rooms must include a fully equipped kitchen, including a sized refrigerator, microwave, range, coffee maker, and cooking utensils; a dining table, iron and ironing board; TV; and VCR. The hotel/motel must comply with all state and local laws and regulations and health and fire regulations. CLIN 0002 is the same as CLIN 0001, however it is for the period of 01 October 2005 through 30 Sept 2006. CLIN 0003 is the same as CLIN 0001, however it is for the period of 01 October 2006 through 30 Sept 2007. CLIN 0004 is the same as CLIN 0001, however it is for the period of 01 October 2007 through 30 Sept 2008. CLIN 0005 is the same as CLIN 0001, however it is for the period of 01 October 2008 through 30 Sept 2009. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items (Oct 2000); 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items (July 2002); 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2002); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; including 52.203-6, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, and 52.222-37. Offerors are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, including 252.225-7007, 252.225-7012, 252.243-7002. WRITTEN ORDERS (INDEFINITE DELIVERY CONTRACTS) (SUP 5252.216-9403) Written order (on DD Form 1155) will contain the following information consistent with the terms of the contract: (a) date of the order, (b) Contract number and order number, (c) Item number and description, quantity ordered, unit price and contract price, (d) delivery or performance date, (e) Place of delivery or performing (including consignee), (f) packaging, packing, and shipping instructions, if required, (g) accounting and appropriation data, and (h) any other pertinent information. 52.216-18 ORDERING. (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 01 October 2004 through 30 September 2005. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 ORDER LIMITATIONS. (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than one room night, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of 2660; (2) Any order for a combination of items in excess of 2660 (3) A series of orders from the same ordering office within 7days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 3 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. MINIMUM AND MAXIMUM QUANTITIES (FISC DET PHILA) (OCT 1992) As referred to in paragraph (b) of the ?Indefinite Quantities? clause of this contract, the total contract minimum quantity is a total of $5000 worth of orders at the contract unit price. (s). The contract maximum quantity, the maximum number of room nights for personnel requiring to stay, is 2660 room nights. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and past performance will be the basis for evaluation. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter?s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. Addenda to FAR 52.212-1 is DFARS 252.204-7004 entitled ?Required Central Contractor Registration (CCR).? Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days within which the Contracting Officer may exercise the option; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. This announcement will close at 15:00 on September 10, 2004 (Phila, PA time). All offers shall be sent to FISC Norfolk Det Phila; Attn: Bid Room, Code 02P32Z, 700 Robbins Ave., Bldg 2B, Phila, PA 19111 and should reference RFQ N00140-04-Q-1033. Proposals submitted via facsimile should reference N00140-04-Q-1033 and should be forwarded to 215-697-9742. In accordance with FAR 52.215-5, if the offereror chooses to transmit a facsimile proposal, the government will not be responsible for any failure attributable to the transmission or receipt of the facsimile proposal. Offerors should take into account that numerous quotes may be transmitted at the time of the offer. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Solicitation Point of Contact is Steve Benulis, who can be reached at 215-697-9584 or email steven.benulis@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. No Numbered Notes apply. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Place of Performance
- Address: Great Lakes, IL
- Country: USA
- Country: USA
- Record
- SN00659432-W 20040829/040828101715 (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 |