Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2011 FBO #3626
SOLICITATION NOTICE

X -- Temporary Lodging at Ft. Bragg, NC - Provisions & Clauses

Notice Date
10/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Other Defense Agencies, TRICARE Management Activity, USUHS CONTRACTING OFFICE, 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HT9404-12-T-0351
 
Archive Date
11/22/2011
 
Point of Contact
Melissa Marcellus, Phone: 301-295-3962
 
E-Mail Address
Melissa.Marcellus@usuhs.mil
(Melissa.Marcellus@usuhs.mil)
 
Small Business Set-Aside
N/A
 
Description
Applicable Provisions & Clauses The Uniformed Services University of the Health Sciences (USUHS) located on the Walter Reed National Military Medical Center in Bethesda, MD has a requirement for temporary lodging in Ft. Bragg, North Carolina. This temporary lodging is required for medical residents who will be completing rotations at the Womac Army Medical Center (WAMC) at Ft. Bragg, NC. The anticipated period of performance is from 1 January 2012 through 31 December 2012. USUHS requires two (2) fully furnished one bedroom/one bathroom units (no substitutions, i.e., a single two bedroom/two bathroom unit). Furnished apartments will be considered. Per diem rates do not apply to this requirement. Interested offerors must be able to provide the same units for the duration of the period of performance. The furnished units must, at a minimum, contain the following: • Refrigerator, microwave, and coffee maker • Kitchen (on premise) • Private bathroom (shower/bathtub, toilet, sink) • Internet access at no additional charge • One (1) parking spot per unit (2 total) at no additional charge • All utilities • Telephone (free local calls) • Television • Washer/Dryer (on premise) • Cleaning service provided every two (2) weeks • Furnished bedroom (bed, sheets, nightstand, dresser) • Furnished living space (preferably with sofa, desk, office chair; offeror to submit details on the furniture provided) The units must be no more than 10 miles from WAMC, located at 2817 Reilly Road, Ft. Bragg, NC 28310-7301. The selected offeror will be able to invoice at the end of each one (1) month period. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This request for quotes (RFQ) for commercial items is in accordance with FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. It will be the responsibility of the offeror to check the website http://www.fbo.gov for the issuance of any amendments to the solicitation. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-53 (effective 4 August 2011). This solicitation is for full and open competition under the applicable North American Industry Classification System (NAICS) Code 721110 - Hotels (except Casino Hotels) and Motels. All responsible sources may submit a quote, which will be considered by USUHS. See attached provisions and clauses. To be eligible for award, offerors must register, or already be registered with the Central Contractor Registration (CCR) database. For more information, please see https://www.bpn.gov/ccr/default.aspx. The solicitation is subject to FAR Clause 52.232-18 - Availability of Funds. Funds are not presently available for this requirement. The Government's obligation under this requirement is contingent upon the availability of appropriated funds from which payment for this requirement can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for the resulting purchase order and until the selected offeror receives notice of such availability, to be confirmed in writing by the Contracting Officer. Quotes are due on or before 12:30pm EST on Monday, 7 November 2011. Quotes shall be submitted via email to the Contract Specialist, Melissa T. Marcellus, at melissa.marcellus@usuhs.mil. Quotes received after this 7 November 2011 deadline, or via any means other than email will not be evaluated. Quotes must contain a cover sheet containing the solicitation number of this combined synopsis/solicitation, offeror's DUNS number, Tax ID number, and offeror point of contact. All questions/clarifications in reference to this RFQ must be submitted via email to the above email address ( melissa.marcellus@usuhs.mil ), no later than 12:30pm EST on Tuesday, 1 November 2011. Only electronic submissions of questions/clarifications will be accepted. Questions/clarifications will be addressed in an amendment to the solicitation. Any questions/clarifications submitted after 12:30pm EST on 1 November 2011, or via any means other than what is specified above, will not be answered. The Government will award a single firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose quote, conforming to this notice, will be most advantageous to the Government. Award will be made to the responsible offeror representing the best value to the Government using tradeoffs between the evaluation factors identified below. The Government is not required to award to the lowest priced offeror, the highest technically-rated offeror, or the offeror with the strongest past performance. Quotes received by the deadline of 12:30pm EST on 4 November 2011, will be evaluated using the following evaluation factors (listed in order of importance): 1. Price - Interested offerors are to provide pricing for the following: CLIN 0001 Temporary Lodging at Ft. Bragg, NC Quantity: 366 days (2012 is a leap year) Unit of Issue: Day Unit Cost Per Day: __________ Total Cost: __________ Offerors are encouraged to quote their best price for these temporary lodging units. USUHS is a Department of Defense (DoD) Agency and is tax exempt. A copy of our tax exemption certificate will be provided to the selected offeror. Do not include taxes in your quoted price. 2. Technical - Offerors must submit product literature demonstrating their ability to meet the technical specifications, including the travel distance from the units to WAMC by private vehicle. Offerors may also provide additional information on amenities, including, but not limited to, fitness center, distance from shopping, pools (indoor), business center, included meals, etc. 3. Past Performance - USUHS will review online websites to evaluate each offeror's satisfaction ratings. Offerors who do not have any satisfaction ratings listed in the websites used by USUHS will not be rated favorably or unfavorably, but will instead receive a neutral rating. Offerors will have an opportunity to address any adverse satisfaction ratings. Offerors may provide past performance references who have stayed at the quoted facility. Past performance references of individuals staying at other facilities, other than those quoted, will not be considered. USUHS reserves the right to request past performance references and to use any other means available to evaluate past performance. The Government reserves the right to award without discussions. Each offeror is urged to examine the solicitation and ensure that the submitted quote contains all necessary information, provides all required documentation, and is complete in all aspects.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5babc62d81bc19b593ca56eed2c9cd45)
 
Place of Performance
Address: Womac Army Medical Center (WAMC), 2817 Reilly Road, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN02614160-W 20111029/111027234615-5babc62d81bc19b593ca56eed2c9cd45 (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.