Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2007 FBO #2140
SOLICITATION NOTICE

X -- V08863-7274-1000

Notice Date
10/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC JACKSONVILLE DET GULFPORT, 2401 UPPER NIXON ROAD, GULFPORT, MS, 39501-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
V0886372741000
 
Response Due
10/22/2007
 
Archive Date
11/5/2007
 
Point of Contact
Bonnie Adams, Purchasing Agent, Phone 228-871-2868, Fax 228-871-2691, - Ann Cavazos, Contracting Officer, Phone 228-871-2312, Fax 228-871-2691
 
E-Mail Address
bonnie.a.adams@navy.mil, ann.cavazos@navy.mil
 
Description
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 V088693-7274-1000. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005?20 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 $6.5. This is a competitive, unrestricted action. The NMCB-23 requests responses from qualified sources capable of providing: STATEMENT OF WORK The United States Navy requires lodging of NMCB-23 personnel from October 2007 through September 2008. Naval personnel will be lodged for reserve drill weekends and other unexpected events. The following provides the minimum specifications required: 1) The contractor shall provide single rooms, at the same facility. Each room shall have at least two (2) twin/double beds; collapsible beds or rollaway beds are not acceptable to fulfill this requirement. Each room shall have its own bathroom, and adequate heat and air conditioning as appropriate. Room assignments shall be made by the contractor based on the following: a) Two (2) persons of the same gender per room, except for married couples authorized by NMCB 23. b) Officers will only be billeted with other officers. c) Chiefs will only be billeted with other chiefs. d) E-6 and below will be billeted with other E-6 and below. 2) The contractor shall provide an uninterrupted supply of hot water to each room, each morning during the hours of 5:00 AM to 8:00 AM. The temperature of the water shall not be less than 100 degrees Fahrenheit. 3) The lodging facility must be located within a twenty (20) minute commute from Fort Belvoir, VA by surface travel during a normal weekend day. Two (2) parking spaces shall be made available for each room contracted. The facility shall be within walking distance of public transportation, of the contractor shall provide transportation free of charge to public transportation. 4) The lodging facility shall have an information desk staffed twenty-four (24) hours a day. A full service restaurant must be located on the premises or within 5 blocks of the facility, and shall be able to serve a selective menu upon request between the hours of 5:30 AM to 7:30 AM, 11:00 AM to 1:00 PM, and 4:30 PM to 9:00 PM when the facility is being utilized for berthing. For off site restaurants, menus must be available at the front desk of the facility. 5) Rooms shall be supplied with daily maid and linen service. 6) Rooms shall not be located near noisy or heavy traffic areas such as a bar, dance floor or lounge. When there are tour groups lodged in the facility, members need to be berthed in an area of the facility away from the tour groups. 7) The Contracting Officer or representative may conduct a pre-award site visit prior to and during the term of the contract period. 8) The number of rooms required each month should remain flexible. Normally the number of rooms will not exceed 50 rooms per night. However, if additional rooms are required they will be coordinated in sufficient time with the awardee. The exact quantity of rooms needed may change from month to month based on manpower requirements. The maximum number of rooms should not exceed 1200 per fiscal year. Changes can be made up to noon (12:00 PM) on the day of the occupancy. The reserve drill weekends are currently scheduled for: 20/21 October 2007 5/6 April 2008 3/4 November 2007 3/4 May 2008 1/2 December 2007 7/8 June 2008 5/6 January 2008 12/13 July 2008 2/3 February 2008 2/3 August 2008 8/94 March 2008 20/21 September 2008 Drill dates are subject to change due to operational requirement. NMCB 23 personnel will coordinate with the contractor for the exact number of rooms each month prior to need. NMCB 23 personnel will advise the contractor of any changes to the above dates as soon as changes are known. 9) Reservists will check out by noon (12:00 PM) the last day of the reserve drill weekend. 10) In the event that the contractor cannot provide the required services, the contractor shall, at no additional cost to the Government, contract with another vendor for the services required by this contract. The service contracted shall not be less than those offered by the contractor, and shall be in full compliance with this contract. 11) At minimum, the contractor shall provide security services for parking areas from one (1) hour before sunset until one (1) hour after sunrise. Services shall include a roving security officer during these periods. 12) The contractor shall invoice for the number of rooms occupied in accordance with paragraph 1 of this Statement of Work. The contractor is to maximize room utilization. Payment will be based on the number of personnel in each category divided by two multiplied by the applicable room rate. Delivery is 22 Oct 2007. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications ? Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. Quoters shall 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. This announcement will close at 1600 on 22 Oct 2007. Contact Bonnie Adams who can be reached at 228-871-2868 or email bonnie.a.adams@navy.mil. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based on 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. See Numbered Note: 23. 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 <select applicable factors: delivery/a determination of responsibility/technically acceptable low bids/past performance /etc.>. 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/. 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: COMMANDING OFFICER, NMCB 23, 6205 STUART RD, SUITE 101, FORT BELVOIR, VA
Zip Code: 22060
Country: UNITED STATES
 
Record
SN01428895-W 20071006/071004223832 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.