SOLICITATION NOTICE
99 -- HOTEL
- Notice Date
- 4/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
- ZIP Code
- 98430-5170
- Solicitation Number
- 0010145030
- Response Due
- 4/12/2012
- Archive Date
- 6/11/2012
- Point of Contact
- A. Halim Toulas, 2535128825
- E-Mail Address
-
USPFO for Washington
(abdul.toulas@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for supplies prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is issued as a request for quote reference number 0010145030. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-55 and the Defense Federal Acquisition. Regulation Supplement (DFARS) change notice 20111220. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This solicitation is 100% small business set-aside; the associated NAICS code is 721110 with 7.0 million standard sizes. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. The date, time and request for quote offers are due by 12 April 2012 at 3:00 P.M. Pacific time to abdul.toulas@us.army.mil and fredesvin.quintana@us.army.mil. Electronic offers preferred. All questions must be submitted by email no later than 24 hours prior to bid close date. NO QUESTIONS BY TELEPHONE AS EVERYTHING MUST BE IN WRITING (EMAIL). *MUST INCLUDE COMPANY CAGE CODE & TAX ID INFORMATION WITHIN QUOTE* This requirement is for the following: HOTEL IN LEAVENWORTH, WA CLIN0001 - LODGING 25 ROOMS FOR 2 NIGHTS. DOUBLE OCCUPANCY IAW PAR 1 STATEMENT OF WORK (SOW). PERIOD OF PERFORMACE 29 JUNE - 01 JULY 2012. SEE SOW ATTACHMENT FOR DETAILS $__________________50 ROOMS EACH CLIN0002 - 1 CONFERENCE/MEETING ROOM FITING 100 PEOPLE IAW PAR 4 SOW. PERIOD OF PERFORMANCE 29 JUN -. SEE SOW ATTACHMENT FOR DETAILS. $__________________1 CONFERENCE ROOM EACH CLIN0003 - 100 LIGHT MEAL FOR 1 FRIDAY EVENING IAW PAR 5 SOW. PERIOD OF PERFORMANCE 29 JUN. SEE SOW ATTACHMENT FOR DETAILS. $__________________100 LIGHT MEALS EACH CLIN0004 - BREAKFAST FOR SATURDAY IAW PAR 5 SOW. PERIOD OF PERFORMANCE 30 JUN. SEE SOW ATTACHMENT FOR DETAILS. $__________________100 BREAKFAST EACH CLIN0005 - LUNCH FOR SATURDAY IAW PAR 5 SOW. PERIOD OF PERFORMANCE 30 JUN. SEE SOW ATTACHMENT FOR DETAILS. $_________________100 LUNCH EACH CLIN0006 - DINNER FOR SATURDAY IAW PAR 5 SOW. PERIOD OF PERFORMANCE 30 JUN. SEE SOW ATTACHMENT FOR DETAILS. $_________________100 DINNER EACH CLIN0007 - BREAKFAST FOR SUNDAY IAW PAR 5 SOW. PERIOD OF PERFORMANCE 1 JUL. SEE SOW ATTACHMENT FOR DETAILS. $_________________100 BREAKFAST EACH NOTE: FREE PARKING FOR GUESS. 100% SMALL BUSINESS SET-ASIDE. QUESTIONS MUST BE ASKED BY EMAIL. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.211-6, (If Applicable) Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price of all item "all or none". FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-44 Fair Labor Standards act and Service Contract Act-Price adjustment; FAR 52.222-54 Employment Eligability Verification: FAR 52.228-5 Insurance-Work on a government Installation; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable) FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, FAR 52.237-7, Indemnification and Medical Liability Insurance, Restrictions on Certain Foreign Purchases (Applicable only for medical contracts), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45/0010145030/listing.html)
- Place of Performance
- Address: USPFO for Washington Building 32, Camp Murray Tacoma WA
- Zip Code: 98430-5170
- Zip Code: 98430-5170
- Record
- SN02716227-W 20120408/120406234844-15bbc17d834ffd68b4bca8eb4a195c39 (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 |