SPECIAL NOTICE
X -- LODGING FOR USDA APHIS
- Notice Date
- 4/14/2006
- Notice Type
- Special Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
- ZIP Code
- 55403
- Solicitation Number
- AG-6395-P-06-0010
- Response Due
- 4/28/2006
- Archive Date
- 5/13/2006
- 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; quotations are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. The reference number for this effort is AG-6395-P-06-0010 and the solicitation is issued as a request for quotation (RFQ). Provision and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/ The United States Department of Agriculture (USDA), Animal and Plant Health Inspections Service (APHIS), International Services (IS) Unit 65, Suite 5A03, 4700 River Road, Riverdale, MD has a requirement for the rental of lodging rooms for the period of June 19, 2006 through July 1, 2006. The requirement is for the rental of thirty (35) single occupancy sleeping rooms for these twelve (12) nights with departure on July 1, 2006. HOTEL LOCATION AND ACCOMMODATIONS: 1. Hotel must be in a 1 to 4 mile radius of the USDA ? CEHA Property located at 2150 Centre Ave, Fort Collins, Colorado 80526. 2. Individual sleeping rooms must be equipped with telephone/telephone data-ports, sprinkle systems, ample adjustable room lights, smoke detectors, individual mattress, mattress pad or covers, blankets, bedspread, wall to wall carpeting (desired) or floor covering, television. 3. Within Government per diem allowance. 4. Hotel located in safe well lighted area. DINING FACILITIES: 1. Dining facility readily accessible on the hotel premises or a dining facility within walking distance of hotel. CUSTODIAL/SANITATION SERVICES: Daily services include but are not limited to: room cleaning, bed making, linen change (as required), adequate quantities or soap, bath towels, hand towels, wash cloths, sanitized drinking glasses, facial tissue and cloth bath mat. ACCESSIBILITY: 1. Compliant with American with Disabilities Act, 42 U.S.C. Section 12101 et seq. (ADA), providing adequate accommodations for individuals with mobility, sight and hearing disabilities or impairments in the rest rooms, sleeping rooms and on site restaurant. 2. Compliant with the Hotel and Motel Fire Safety act of 1990, 15 U.S.C. 2201 et seq, (Public law 101-391). This will be a FIRM-FIXED price award. NAICS Code: 72111. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular 01-27. Applicable FAR clauses are incorporated by reference: 52.212-1 Instruction to Offerors ? Commercial Vendors should provide a brochure/handout or provide website information that describes a their Hotel/lodging accommodations; 52.212-2 Evaluation ? Commercial Items; (a) The Government will award a Contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price. Best Value to the Government based on technical capability of the need offered to meet the Governments requirement and price, with technical capability significantly more important than price; The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall return a completed copy of the Offeror Representations and Certifications with their quotation, along with website information or Lodging Brochure. A copy of the provision may be attained from http://www.arnet.gov/far. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. . The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.222-3 Convict Labor; 52.222-19 Child Labor; Cooperation with Authorities and Remedies; 52.222-26 Equal Opportunity; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and other Eligible Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-25 Affirmative Action Compliance; 52.232-33 Payment by Electronic Funds Transfer Central Contractors Registration (CCR); ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. All questions concerning this RFQ must be submitted in writing and faxed to (612) 370-2136 or e-mailed to susan.c.fedorko@aphis.usda.gov. No telephonic response to this solicitation will be accepted. Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 1:00 PM CST, 04/28/2006. Faxed quotes are acceptable. The assigned Purchasing Agent is Susan Fedorko. (612) 336-3353 or by fax at (612) 370-2136
- Place of Performance
- Address: USDA ? CEHA Property 2150 Centre Ave, Fort Collins, Colorado
- Zip Code: 80526
- Country: USA
- Zip Code: 80526
- Record
- SN01028191-W 20060416/060414220348 (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 |