SOLICITATION NOTICE
V -- V231 Hotel room rental and berthing facilities; commercial type for US Navy Reserve Center, Minneapolis, MN. Base period, one option year;
- Notice Date
- 12/19/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024407T0175
- Response Due
- 1/3/2007
- Archive Date
- 2/2/2007
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13.5 Test Program for Commercial Items, FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-07-T-0175. The RFQ and incorporated provisions and clauses are those in effect through FAR FAC 2005-14, class deviation 2005-o0001 and DFARS-DCN 20061201. This solicitation is restricted. NAICS Code 721110 and business size standard is $6.5 million in revenue. The following services are required: Line Item 0001: Double Occupancy Hotel Rooms, (1680) each; Line Item 0002: Single Occupancy Hotel Rooms, (120) each; Period of performance: Date of contract award through September 30, 2007; ?Base Period?; Line Item 1001: Double Occupancy Hotel Rooms, (1680) each; Line Item 1002: Single Occupancy Hotel Rooms, (120) each; Period of performance: October 1, 2007 through September 30, 2008; ?Option Year I?; The required performance location is within a (5) mile radius of the Minneapolis, MN city limits. Inspection and acceptance of all services will be performed by the Government at the contractor?s facility. The following Statement of Work is provided as a general guideline which represents the Government?s minimum requirements. Standard commercial practices are to be implemented for this requirement. Statement of Work The Government requires commercial berthing (hotel accommodations) for authorized US Navy Reservists for reserve drill weekends within the immediate Minneapolis, MN locality. Required are double occupancy rooms to include: 2 queen size beds, restroom facilities with sink and mirrors separate from toilet bowl and shower facilities; Single occupancy rooms to include 1 queen size bed, restroom facilities with sink and mirrors separate from toilet bowl and shower facilities; The Hotel must have a lighted parking lot and be within a 5 mile radius of NOSC Minneapolis, MN. The Five mile radius is a mandatory requirement. NOSC Minneapolis will deliver a berthing roster prior to the drill weekends. The hotel must allow NOSC Minneapolis to deliver a berthing roster to the hotel on Wednesday by noon, prior to the drill weekends. The hotel must allow NOSC Minneapolis to cancel rooms up to 1800 on the day of berthing without charges. Telephone calls, meals, beverages, or other lodging services are not chargeable to NOSC nor are to be shown on any billing documents for the individual rooms. The individual reservists occupying the rooms will be fully responsible for any charges incurred during the time of their stay at the hotel. Contractor may bill for guests that do not show up only if the hotel is sold out. All rooms reserved will be non-smoking rooms. Rooms are to be double occupancy of like gender, with officers separated from enlisted, and senior officers (O5 and above) separated from junior officers (O4 and below). A unit CO will not be placed with a member of their own unit. CPO?s will be separated from E6 and below. An exception would be husband and wife, both members of the Navy Reserve, drilling on the same day(s). NOSC Minneapolis will provide the hotel with a list that separates all individuals as required. Reservist drill periods will typically be held on weekends. However, the possibility exists that rooms may be required to accommodate reservist personnel during weekdays. This occasion will be identified by NOSC and the request will be forwarded to the Hotel in sufficient time for hotel room arrangements to be made and accomplished. Periods of performance: Base Period: Date of contract award through September 30, 2007 (FY07); Option year I: October 1, 2007 through September 30, 2008 (FY08); Specific dates required: Remaining FY07 FY08 06/07 & 20/21 Jan 2007 20/21 Oct 2007 10/11 & 24/25 Feb 2007 17/18 Nov 2007 10/11 & 24/25 Mar 2007 08/09 Dec 2007 14/15 & 21/22 Apr 2007 12/13 Jan 2008 05/06 & 19/20 May 2007 09/10 Feb 2008 09/10 Jun 2007 (combined) 08/09 Mar 2008 14/15 & 28/29 July 2007 12/13 Apr 2008 11/12 & 25/26 Aug 2007 10/11 May 2008 08/09 & 22/23 Sep 2007 14/15 Jun 2008 19/20 Jul 2008 09/10 Aug 2008 13/14 Sep 2008 This requirement is necessary to provide berthing for the Navy Reserves on drill weekends and other times as required. Each Navy Reservist must live beyond a 50 mile radius from the drill site to be eligible and must perform 8 hours of scheduled drills (exclusive of meal period) on the day before or day following the use of commercial berthing, or four 4-hour drills within a 48 hour period. Payment of services is anticipated to be accomplished by the use of the Government Purchase Card. Upon completion of a drill weekend the Contractor shall provide to the NOSC designated representative all proper invoices with the number and type of rooms utilized for the drill period. The invoicing documents will be inspected and upon acceptance by the Government, certified for payment. Any technical questions are to be directed to: Ralph A. Franchi Contract Negotiator, US Navy, FISCSD, Code 240, 619-532-2517, ralph.franchi@navy.mil THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the offerors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render an offer not to be accepted by the Government. FAR 52.212-1, Instructions to Offerors Commercial Items NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. Addendum to FAR 52.212-1: FAR 52.215-5 Facsimile Proposals, (c) Fax: 619-532-1088 FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a Firm Fixed Price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous and considered the ?Best Value? to the Government, price and other factors considered. The following factors shall be used to evaluate the quotation: (i) Technical capability of the contractor to provide the required hotel rooms for the berthing of US Navy reservists. To be determined technically acceptable, the contractor must furnish information regarding the hotel facilities that are being offered to meet the Governments requirements. Descriptive brochures, literature/pictures that provide pertinent information will be accepted and reviewed. Data must be submitted in accordance with FAR 52.212-1(b)(4). It is preferred that technical information be provided in Adobe ?pdf? file format, if possible. The main factor for award consideration will be the contractor?s location. It is required that the hotel be located within a five mile radius of the NOSC, US Navy facility. Contractors meeting this requirement will have their quotation further evaluated under factors ii and iii. (ii) Past Performance: Provide Past Performance data on your companies? two most recently completed Federal Government contracts (Not to exceed (3) years since completion) for like or similar material required by this solicitation. If you do not have Federal Government contracts, list State, Local or commercial contracts. Provide contract number, date of contract, quantity, unit price for hotel rooms and provide the name of Government activity or commercial company, point of contact/phone number. This Performance data will be used to evaluate your companies past performance in meeting contract cost/price, technical and delivery objectives. (iii) Pricing: Contractors must provide current pricing for each CLIN specified and a total cost for each line item under this solicitation. Pricing will be evaluated against other quotations received. Quotations which have been determined to have met the technical factor shall be considered for award. Ability to meet the requirements set forth in this RFQ shall be demonstrated by the contractor?s submission of a signed quotation which has not taken exception to the schedule. Quotations which take exception and do not meet the Government?s requirement may be determined to be unacceptable and not considered for award. At the discretion of the Contracting Officer, the Government intends to evaluate quotations without discussions and award a Firm Fixed Price purchase order. Each initial offer should, therefore contain the contractors best terms from both a technical, delivery and pricing standpoint. The Government reserves the right to make award to other than low offeror when it has been determined by the Contracting Officer to be in the best interest of the Government. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a ?fill-in.? All applicable fields must be completed. Submit this provision with your quotation. FAR 52.212-4 Contract Terms and Conditions Commercial Items; Addendum to FAR 52.212-4 are hereby incorporated by reference or full text as applicable: FAR 52.247-34 FOB Destination; FISC-SD local clauses: 331 Review of Agency Protests (MAR 2000); 332 Unit Prices (OCT 2001); 52.219-6 Notice of Small Business Set-aside-Jul 1996; 52.217-8 Option to Extend Services, Nov 1999; 52.217-9 Option to Extend the Term of the Contract, Mar 2000; 52.232-18 Availability of Funds, Apr 1984; 252.232-7009 Mandatory Payment by Government Commercial Purchase Card, Jul 2000; 52.232-36, Payment by Third Party, May 1999; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies with following applicable clauses for paragraph (b): FAR 52.219-4 Restrictions on Subcontractor Sales to the Government; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.222-21 Prohibition on Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.232-22 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.225-7007 Buy American Act, Trade Agreements, Balance of Payments Program; DFARS 252.225-7036 Buy American Act, North American Free Trade Agreement Implementation Act, Balance of Payments Program; 52.204-8 Annual Representations and Certifications, Jan 2006; DFARS 252.212-7001 Contract Terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items-JAN 1999, 252.204-7004 Required Central Contractor Registration; DFARS 252-225-7007 Trade Agreements-Balance of Payments Program, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; 252.232.7003 Electronic submission of payment requests Jan 2004; End of Clauses/Provisions. IMPORTANT NOTICE: DFARS 252.204-7004 ?Central Contractor Registration? (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. Requests for technical and or contractual clarification are to be submitted to the Contracting Officer via email. Quotation information may be submitted electronically via e-mail, by separate computer disk in MS Word (latest version) or by fax. Submit responses to: Fleet and Industrial Supply Center, Regional Contracts Dept., 937 N. Harbor Dr., Ste. 60, San Diego, CA 92132-0060 Attn: Ralph Franchi, Code 240, 619-532-2517, 619-532-1088 fax. Ralph.franchi@navy.mil Reference solicitation number: N00244-07-T-0175 on all documents and requests for information. Quotes must be received no later than COB 1600 p.m. (PST) on January 3, 2007. . See numbered note 1: NOTE: DOWNLOAD THE ATTACHMENT AS WELL AS THE SOLICITATION DOCUMENT.
- Record
- SN01199778-W 20061221/061220095712 (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 |