MODIFICATION
V -- Lodging for USNS Spearhead
- Notice Date
- 3/19/2012
- Notice Type
- Modification/Amendment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-12-T-6018
- Archive Date
- 4/5/2012
- Point of Contact
- Manuel E Miranda, Phone: 7574433072
- E-Mail Address
-
manuel.e.miranda@navy.mil
(manuel.e.miranda@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes only a solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-12-T-6018, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 MAR 2011. NAICS code 721110 applies. This is a small business set-aside. Statement of Work Department of Labor (DoL) Wage Determination (WD) applies 96-0283 (Rev.-28) dated 17 June 2011 Military Sealift Command (MSC), Norfolk, VA intends to award a firm fixed price purchase order for hotel lodging services for the Civilian Mariners assigned to the USNS HOWARD O LORENZEN (T-AGM 25) in the Mobile, Alabama area. The requested period of performance for the below service is 26 March 2012 through 17 May 2012 (check out 18 May 2012). Contractor shall provide AAA Rated 3 Diamond Hotel Rooms for Civmar employees on the USNS SPEARHEAD for approximately 53 nights (see detailed quantity and performance period below). Rates are not to exceed those in the Joint Travel Regulation (JTR). CLIN 0001-CIVMAR Lodging 26 March 2012 - 17 May 2012 (check out 18 May 2012) Nine (9) AAA Rated 3 Diamond Hotel Rooms x 53 nights = 477 rooms (477 rooms x rate per night = Total cost) Please ensure that your quote clearly indicates a price from 26 March 2012 through 17 May 2012 (check out 18 May 2012) Contractor must be actively registered in the Central Contractor Registration https://www.bpn.gov/ccr/. The above numbers and dates are estimates. Payment will be made on actual usage. Should the Government need to extend the move-out dates beyond the dates stated above, it will do so on a day-to-day basis and through mutual agreement of the contracting parties in accordance with FAR Clause 52.212-4 (c). Facility / Hotel Minimum Requirements: Each hotel room shall be equipped with the following minimum requirements:. AAA 3 Diamond or higher hotel.. Kitchenette, shall include. 1. Cooking Utensils 2. Microwave 3. Refrigerator 4. Stove top burners. Multiple functional onsite washers and dryers must be available.. Hotel internet shall be available in each room, or crew shall have access to an on-site Business Center.. Hotel shall provide free local calls.. Hotel shall provide free parking.. Hotel Rooms shall include daily cleaning, changing of linens, and replenishment of toiletries.. Facility shall not be under construction or major renovation during the performance period.. Facility must be listed on the current Hotel-Motel National Master List as required by PL101-391, http://www.usfa.dhs.gov/applications/hotel/.. Vendor must have DUNS Number, valid registration in Central Contractor Registration (CCR), and valid representations and certifications on http://orca.bpn.gov/. Location: Facility must be within a 15 mile driving distance of Austal USA shipyard in Mobile, Alabama using www.mapquest.com website. Note: A list of the crewmembers will be provided to the vendor after award. INSTRUCTIONS TO QUOTER Offer must be submitted by 1400 Hrs Eastern time 21 March 2012. Submit quote to Manuel E. Miranda via email at manuel.e.miranda@navy.mil. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25k) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.222-42 Statement of Equivalent Rates for Federal Hires (only used when 52.222-41 applies) 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 252.225-7000 Buy American Act--Balance of Payments Program Certificate, Responsible sources shall provide the following: 1. Price quote, which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 21 March 2012 at 1400 Hrs Eastern Time. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to manuel.e.miranda@navy.mil. Please reference the solicitation number on your quote. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-12-T-6018/listing.html)
- Place of Performance
- Address: Mobile, Alabama, United States
- Record
- SN02700353-W 20120321/120319235845-06fc55a5c31e30d83da61007dbfdec98 (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 |