Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2008 FBO #2251
SOLICITATION NOTICE

V -- Lodging Accommodations

Notice Date
1/23/2008
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE 3rd Floor - Acquisitions, Washington, DC, 20226, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-850300000307
 
Response Due
2/6/2100
 
Archive Date
2/21/2100
 
Point of Contact
Wendy Miller, Contract Specialist, Phone (202)648-9134, Fax (202)648-9659, - James Huff, Contracting Officer, Phone 202-648-9117, Fax 202-648-9659
 
E-Mail Address
wendy.miller@atf.gov, James.Huff@atf.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) has a requirement for Availability of a total of approximately 223 room nights, for the period of March 17, 2008 through March 29, 2008. Check in March 17, 2008, check out on March 28, and 29, 2008. Although occupancy rate is subject to change, the estimated number of rooms needed per night is as follows: March 17, 14 personnel, March 18, 14 personnel, March 19, 15 personnel, March 20, 14 personnel, March 21, 13 personnel, March 22, 12 personnel, March 23, 26 personnel, March 24, 26 personnel, March 25, 26 personnel, March 26, 26 personnel, March 27, 25 personnel and March 28, 12 personnel. Provide lodging at a rate at or below that allowed by the Federal Travel Regulations. (TAX EXEMPT). Rooms will have amenities to include, iron/ironing board, coffee maker, refrigerator, alarm clock, hair dryer, TV and VCR. Daily housekeeping service will be provided to each room. Lodging facility should be located within walking distance (no more than 1 mile) of the US District Courthouse, 6500 Cherrywood Lane, Greenbelt, MD or must provide shuttle service. Must have availability of shuttle service for US District Courthouse. Laundry service available. Health/fitness room access. Unlimited local telephone calls, internet access. Rooms will include safety features smoke detector, sprinkler system and meet state/county fire safety codes. Lodging will be in compliance with the Hotel and Motel Fire Safety Act of 1990 15 U.S.C. 2201 et seq, (Public Law 101-391), and must hold a FEMA certification number. FEMA certification number must be submitted with all vendor quotations. Lodging shall also be compliant with Americans with Disabilities Act, 42 U.S.C. Section 12101 et seq. (ADA). Award will be based on meeting the specifications listed above on an All or None basis, and the best value to the government. The government may elect to pay a cost premium to select an offeror whose ratings on non-cost evaluation factors (e.g. technical quality and past performance) are superior. A premium is defined as the cost difference between the lowest evaluated cost of a technically acceptable offer and a higher priced offer deemed to be superior from a Technical Quality and / or Past Performance standpoint. Price will be rated as the most important factor, followed by require and or desired features and finally past performance. This award will be made utilizing the simplified acquisition procedures under FAR Part 13. All FAR Part 12 Clauses/Provisions are applicable. Awardee must be a certified contractor in the Central Contractor Register (CCR), for payment via electronic funds transfer. All interested parties must submit a quote by close of business. Quotes must include price and a list of services offered including a brochure, if available, showing capability of meeting requirements of this announcement. Quotes are acceptable by facsimile machine @ (202) 648-9659 Wendy.Miller@atf.gov or James.Huff@atf.gov
 
Place of Performance
Address: 99 New York Ave NE, Washington, DC
Zip Code: 20226
Country: UNITED STATES
 
Record
SN01490785-W 20080125/080123223917 (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.