SOLICITATION NOTICE
X -- Lodging required in area of Concord, CA for 2 double rooms 07/17/2013-08/07/2013 and 18 double rooms 07/18/2013-08/07/2013 within 10 miles of 410 Norman Ave., Concord, CA 94520.
- Notice Date
- 6/27/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-13-T-5177
- Response Due
- 7/5/2013
- Archive Date
- 8/26/2013
- Point of Contact
- Robert MacFarlane, 609-562-3171
- E-Mail Address
-
ACC - New Jersey
(robert.b.macfarlane3.civ@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- 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. Solicitation # W15QKN-13-T-5177 is hereby issued as a Request for Quote (RFQ) for sleeping rooms during the period of 17 July - 07 August 2013 in the Concord, CA area. This procurement is being issued as a Small Business Set-Aside - only Small Businesses are eligible for award. All Small Businesses under NAICS Code 721110 are being solicited resulting in a COMPETITIVELY awarded purchase order contract. The Small Business Size-Standard for NAICS 721110 is $30M. The contractor shall provide all personnel, materials, supervision, and other items necessary to provide contracted services as set forth below and in the attachments. The anticipated award will be a Firm-Fixed Price (FFP)-type contract. Offerors must submit quotes on the full quantity identified in the attached quote mark REQUEST FOR QUOTE quote mark document. The Government will award a purchase order contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following evaluation factors shall be used to evaluate offers: Technical (Facility Assessment consisting of cleanliness, security, amenities, availability of rooms requirements), Location (within 10 miles of the Military Ocean Terminal, 410 Norman Ave., Concord, CA), Price, and Past Performance (based and references submitted and independent research). Award will be based on the best value to the Government. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. QUOTES MUST INCLUDE THE FOLLOWING INFORMATION: a) a list of three (3) references for a similar stay. References shall include; name/point of contact, address, phone number, and Email address b) a list of facility amenities c) pricing, CAGE code, DUNS number, and Federal Tax ID Third party providers should include the additional information requested in the paragraph listed below. Failure to provide this information with your quote may deem your quote to be TECHNICALLY UNACCEPTABLE and/or NON-RESPONSIVE. This is NOT a solicitation for Event Planning Services. For a proposal submitted by an offeror that is not a hotel, the offeror must provide the following: a) A separate document describing the technical approach for the offerors services as a prime contractor. The technical approach must include the third party's lodging representative's name and 24 hour contact information. b) A copy of a signed, written agreement between the offeror and a representative, from the hotel, who has binding authority of stated hotel facility. This agreement must state that the third party has been given the authority to propose a quote for stated hotel. The agreement must state the required period of performance and that the hotel has the accommodations for the stated period of performance. The agreement must state all requirements that are listed in the contract line item numbers (CLINs) and the additional technical requirements section on the attached quote mark Request for Quote quote mark document, and that the hotel has the accommodations to meet all requirements. This agreement must also be dated with a date no earlier than the Solicitation posting and no later than the Solicitation due date. c) A copy of all insurance(s) (standard business, liability, extraordinary insurances) for evaluation purposes. Again, this is NOT a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party vendor shall be deemed TECHNICALLY UNACCEPTABLE. The requirements and Contract Line Item Numbers (CLINs) for this request for quote are listed in the attachments entitled quote mark REQUEST FOR QUOTE quote mark and quote mark PWS quote mark. Contractors are to complete the quote mark REQUEST FOR QUOTE quote mark document and return by the RFQ submittal date & time listed within. ONLY ONE QUOTE PER CONTRACTOR WILL BE CONSIDERED. ALL LATE QUOTES WILL BE REJECTED. NOTE: The final quoted price(s), both total and individual, MUST include all applicable taxes, fees, gratuities, commissions, service charges, etc...NO EXCEPTIONS. THE FEDERAL GOVERNMENT IS TAX EXEMPT. PROVISIONS/CLAUSES: please see attached REQUEST FOR QUOTE for all provisions and clauses that will/may apply to this solicitation and/or purchase order contract. LOCATION: The hotel must be within 10 miles of the Military Ocean Terminal, 410 Norman Ave., Concord, CA (as per Google Maps). The contractor is put on notice that the Government will not be held liable for any requirement that is to be paid for by participants or any amounts associated with those items, including any guaranteed minimum purchases that the contractor may require. All services to be provided by the Hotel will be in accordance with the Performance of Work (PWS), which is attached separately. REQUIRED RESPONSE DATE: Quotes MUST be received by 10:00am Eastern Standard Time (EST) on 05 July 2013. Quotes are to be emailed to Robert MacFarlane, Contract Specialist, at robert.b.macfarlane3.civ@mail.mil and to Grace Battle, Contracting Officer, at grace.a.battle.civ@mail.mil. You can also fax your quote to (609)562-5247. If you fax your quote, please send an email stating the time the quote was faxed within 30 minutes of sending the fax. An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be addressed to Grace Battle, Contracting Officer, at grace.a.battle.civ@mail.mil no later than 11:00am EST on 02 July 2013. All questions or inquiries must be submitted in writing. Quotes are being requested and a written solicitation will not be issued. REQUEST FOR QUOTE Robert MacFarlane - Contract Specialistrobert.b.macfarlane3.civ@mail.mil Warfighter Contracting CenterTele# 609-562-3171 5418 South Scott Plaza, Fort Dix, NJ 08640FAX# 609-562-5247 1. The Army Contracting Command - New Jersy (ACC-NJ) intends to procure lodging and associated services for the dates and in the quantities as listed below and on the attached Performance Work Statement (PWS). The anticipated contract award will be a competitively-awarded, Firm-Fixed Price type contract. The period of performance is 17 July - 07 August 2013. The information requested below is required for proposal consideration and this quote mark Request For Quote quote mark document is to be completed (in its entirety) and returned with the quote: TOTAL QUOTE: $ Contractor Name: POC: Telephone #: E-mail address: Fax#:Address: Quote Due Date: 10:00am EST on 5 July 2013.Payment Terms: DUNS #:Tax ID #: CAGE Code:Business Size: Small, Large or Large but under $30 million in gross sales (Circle One) 2. Your quote MUST list your DUNS number, CAGE code, and Federal TIN with Company name, Point of Contact and phone number. All contractors must complete their ORCA registration before contract award. Contractors who have not completed their ORCA registration can do so through the https://www.sam.gov/portal/public/SAM/ website prior to submission of the quote. 3. All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through Wide Area Workflow (WAWF). WAWF is the Governments mandatory payment method. Vendors/contractors are to be registered in WAWF to receive payment through electronic funds transfer (EFT). If you are not currently registered in WAWF, please visit the following web-site: https://wawf.eb.mil/ to complete your registration. Additional instructions for WAWF registration are listed below. 4. In accordance with FAR 52.212-2, the Government will award a purchase order contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following evaluation factors shall be used to evaluate offers: Technical (Facility Assessment consisting of cleanliness, security, amenities), Location (within 10 miles of Military Ocean Terminal, 410 Norman Ave., Concord, CA 94520), Price, and Past Performance (based on references submitted and independent research). Award will be based on the best value to the Government. 5. PLEASE PROVIDE A RESPONSE BY 10:00am EST on 5 July 2013. Quotes are to be emailed to Robert MacFarlane, Contract Specialist at robert.b.macfarlane3.civ@mail.mil and to Grace Battle, Contracting Officer at grace.a.battle.civ@mail.mil. Quotes can also be faxed to the attention of Grace Battle at 609-562-5247. If the quote is to be faxed, an email must be sent to grace.a.battle.civ@mail.mil providing the time and date in which the fax was sent within 30 minutes of faxing the quote. Please direct all questions about this request for quote to Grace Battle, Contracting Officer at grace.a.battle.civ@mail.mil no later than 11:00AM EST on 2 July 2013. All questions must be submitted in writing. ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001Sleeping Rooms42Each (FIRM-FIXED PRICE) FFP ROOM CHARGES 2X21 NIGHTS FOB: DESTINATION DOUBLE OCCUPANCY ROOMS CHECK IN: 17 July 2013 CHECK OUT: 07 August 2013 2 Double Occupancy Rooms. Contract Line Item Number (CLIN) 0001, shall be IAW with Section 2: quote mark Double Occupancy Rooms quote mark of the attached Statement of Work (SOW). All Sleeping rooms/Guest services shall include: No smoking rooms required, on-site & nearby parking, on-site or nearby restaurants. Guest rooms and personal expensed items in guest rooms such as long distance phone charges, internet, movie rentals, laundry, room service, etc...will be paid for by the guest and shall not be billed under the resultant purchase order. All prices MUST include all applicable taxes, fees, gratuities, commissions and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. HOTEL SHALL ONLY BILL FOR ACTUAL ROOMS USED NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0002Sleeping Rooms360Each (FIRM-FIXED PRICE) FFP ROOM CHARGES 18X20 NIGHTS FOB: DESTINATION DOUBLE OCCUPANCY ROOMS CHECK IN: 18 July 2013 CHECK OUT: 07 August 2013 18 Double Occupancy Rooms. Contract Line Item Number (CLIN) 0002, shall be IAW with Section 3: quote mark Double Occupancy Rooms quote mark of the attached Statement of Work (SOW). All Sleeping rooms/Guest services shall include: No smoking rooms required, on-site & nearby parking, on-site or nearby restaurants. Guest rooms and personal expensed items in guest rooms such as long distance phone charges, internet, movie rentals, laundry, room service, etc...will be paid for by the guest and shall not be billed under the resultant purchase order. All prices MUST include all applicable taxes, fees, gratuities, commissions and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. HOTEL SHALL ONLY BILL FOR ACTUAL ROOMS USED UNIT Lot Section Inspection and Acceptance INSPECTION AND ACCEPTANCE will be performed by the Government. Section Deliveries and Performance DELIVERIES AND PERFORMANCE - FOB Destination List of Past Performance References: Please provide POC name, address, phone number and email address (if available) 1.) 2.) 3.) Signature: Date: PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the Internet: http://farsite.hill.af.mil or http://www.arnet.gov/far/): FAR 52.204-7, Central Contractor Registration; the provisions at 52.212-1, Instructions to Offerors Commercial Items and Addendum to FAR Clause52.212-1 applies to this acquisition. Paragraphs (d), (e), (h), and (i) are hereby deleted from FAR 52.212-1; FAR 52.212-2 Evaluations Commercial Items: The following paragraph is hereby deleted from FAR 52.212-2: (b), FAR 52.212-3, Offeror Representatives and Certifications Commercial Items apply to this acquisition and offeror(s) must include completed copies with their quote. FAR 52.212-3 and DFARS 252.212-7000 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certification Application (ORCA). Offerors are required to indicate whether they will accept the Government credit card as a method of payment. The clause at 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisitions and the following addendum applies: The following paragraphs are hereby deleted from the FAR Clause 52.214-4: (h), (j), (n), and (p). The following FAR clauses apply to this solicitation and are incorporated in full text; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-6; FAR 52.219-28; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.232-33, Payment by Electronic TransferCentral Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this request for quote, and subsequent contract, and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items: The following paragraph is hereby deleted from DFARS 252.212-7000: (c); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests. WIDE AREA WORK FLOW (WAWF) PROGRAM In March 2003, the Department of Defense Federal Acquisition Supplement (DFARS) subpart 232.70 - Electronic Submission and Processing of Payment Requests was issued. In accordance with this, we are excited about the deployment of a new system, Wide Are Work Flow Receipt and Acceptance (WAWF-RA). This Electronic Commerce (E-Commerce) system will benefit both you and the Air Force as we partner with each other in the implementation of this new way of conducting business. It is also important to note that in addition to this, the Department of Defense (DoD) Appropriations Act of 2001, Section 1008 - Electronic Submission and Processing of Claims for Contract Payments, requires that any claim for payment under a DoD contract shall be submitted in electronic form. The full text is found on the Defense Finance and Accounting Service (DFAS) web site http://www.dod.mil/dfas/legislative/ and in 10 U.S.C Chapter 131. WAWF-RA is designed to automate commercial invoices and government receiving reports in a web-based, paperless environment. WAWF-RA allows vendors to create and instantaneously submit invoices and receiving reports directly to DFAS and/or government receivers from any location in the world. Once documents are submitted, vendors are afforded full viewing capability and are able to monitor document status from submission to acceptance and processing by the DFAS payment office. WAWF-RA utilizes e-mail to notify all parties involved in the payment process of the current status of each document; thus eliminating U.S. mail lag-time. Since documents will now be entered and stored in a database, there is no need for multiple copies. They cannot be quote mark lost quote mark or quote mark misplaced quote mark, and are viewable by all necessary parties during the entire payment process via a secure web site. Changes to rejected documents can be easily made and resubmitted on-line - - no more re-typing, resending, or re-faxing. Discounts become available on the first day of the discount period instead of being lost due to paperwork shuffling and postal delays. WAWF-RA should speed up the vendor payment process and get you your money faster. There are no costs involved to get you started. Registration and software are provided FREE OF CHARGE and we will be available to assist you in every step of the way. To get started, your company will need a user ID and password for accessing the WAWF-RA system. This can be obtained by visiting the WAWF-RA website at https://wawf.eb.mil/ and following the instructions under Help with registration for access to WAWF-RA. Under About WAWF - RA, you will also find links for Functional Information, Setting Up Your Machine, Accessing Web Based Training, and Frequently Asked Questions. Additionally, we have attached a Wide Area work Flow - Receipt and Acceptance (WAWF-RA) Vendor Instructions, Installation, and Registration Checklist. Should you have questions about the WAWF-RA system or the website, please don't hesitate to contact a Defense Information Systems Agency (DISA) customer support representative toll-free at 1-866-618-5988 or e-mail them at cscassig@ogden.disa.mil. (Please include quote mark WAWF quote mark in the subject line of all e-mail requests.) Wide Area Work Flow Receipt and Acceptance (WAWF-RA) Vendor Instructions Installation and Registration Checklist Completion of all instructions contained in this checklist must be accomplished prior to activation of the firm and user accounts. 1.Check Central Contractor Registration System (CCR) to see if your company is registered. If you are registered in CCR, please go to Step 3 below. For help with registration in CCR, contact CCR Helpdesk, 888-227-2423 or 269-961-4725, e-mail CCR@dlis.dla.mil, or see the CCR Handbook at http://www.ccr.gov/handbook.cfm. 2.Register with Central Contractor Registry (CCR). All vendors desiring to bid on goods or services in support of Department of Defense (DoD) must be registered in the CCR at http://www.ccr.gov/. Ensure that all mandatory fields are completed in your new CCR account (i.e., Telephone/FAX number, Data Universal Numbering System (DUNS) and/or Commercial and Government Entity (CAGE) codes, North American Industry Code Systems (NAICS) codes, etc.). Note: All contractors are required to update their CCR registration annually. Failure to do so will result in suspension of the account, which will prevent or delay awarding DoD contracts and payments to your firm. 3.Establish an Electronic Business Point of Contact (EB POC). The next step is to ensure that you have identified an EB POC for your company. You are required to establish both a primary and alternate EB POC for each CAGE/DUNS code assigned to the firm. To see if an EB POC is listed for your company, go to http://www.ccr.gov/http://www.ccr2000.com/ and click on quote mark Search CCR. quote mark Where prompted, enter the DUNS or CAGE or Company Name and click quote mark Submit Query. quote mark If you are presented with a list of DUNS numbers, you will need to pick the specific location and click on the DUNS. Scroll to the bottom of the Inquiry Results page. There you can see if anyone is listed as the EB POC. If no one is listed, your company has not identified an EB POC yet. If you see that there is no one listed as your company's EB POC, you need click on quote mark Update or Renew Registrations Using TPIN quote mark to add it. Each vendor organization may establish up to two EB POC's (primary and alternate) for each Cage/DUNS combination. The EB POC will be responsible for authorizing access to employee(s) of the vendor's organization to view and/or modify data submitted on behalf of the vendor. Update NAICS codes developed by the Census Bureau, which replaced the Standard Industrial Classification (SIC) codes. Until NAICS codes are updated, update will not be complete. For more info on NAICS codes, visit: http://www.census.gov/epcd/www/naics.html 4. Determine if your organization will designate a Group Administrator (GAM) (Proceed to paragraph 5 if you are not going to designate a GAM). In medium to large sized companies, there may be a need to establish more than one GAM. A GAM determines who has access to the WAWF-RA vendor account. The initial GAM shall be the person designated as the EB POC. To appoint additional GAM's, each vendor must submit an official appointment letter signed by the EB POC. The appointment letter should be faxed to the WAWF-RA Customer Support Center. The Group Administrator's Manual is available for reviewing to all WAWF-RA registered users. The GAM Manual can be found in the Software Users Manual link within the WAWF-RA application. 5. Establish an organizational email address All records created in WAWF-RA are stored in a virtual file folder and as status is updated or changes the system generates an email notification to applicable individuals identified in the firm's organizational email account. The GAM or EB POC shall provide the organizational email to the WAWF-RA Customer Support Center. Ensure that your firm's organizational email address is operational and can receive email from WAWF-RA prior to registering your email address with the WAWF-RA Customer Support Center. Note: If you do not set up an organizational email address, the personal email address of the first person who self-registers from your firm (CAGE/DUNS code), will be designated as the organizational email address for your firm. 6. Set up PCs to access WAWF-RA Set up the PCs of your organization's users to access WAWF-RA. Select the quote mark Setting Up Your Machine quote mark link on the WAWF-RA home page for more information: https://wawf.eb.mil/Instr.html. 7. Have all users self-register on the WAWF-RA web site Every user for your firm must self-register on the WAWF-RA web site by completing the online registration form. Select the quote mark Self Register quote mark link on the WAWF-RA home page and follow the instructions. Users may access WAWF-RA with either a User ID/Password combination or a PKI certificate. Users who want to use a PKI certificate must obtain it before self-registering. PKI Certificates may be obtained from one of the approved Interim External Certificate Authorities: Operational Research Consultants Inc. http://eca.orc.com, Digital Signature Trust Co. http://www.digsigtrust.com/home.html, or Verisign: http://www.verisign.com. The web sites provide the instructions needed to acquire a PKI Certificate. If further assistance is needed, contact the WAWF-RA Customer Service Center. Note: Registrations will not be activated until the WAWF-RA Customer Support Center receives an email from the EB POC/GAM as registered in the CCR data- base. 8. Follow-up (if necessary). If your (GAM or user) account hasn't been activated within 2 business days of self-registering contact the WAWF-RA Customer Service Center: COMMERCIAL 801-777-3282, Option 8 DSN 777-3282 Option 1 FAX Commercial: 801-605-7453 DSN: 388-7543 Email: cscassig@ogden.disa.mil Note: Reference quote mark WAWF quote mark in email Subject line. WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 232.7002, USE OF ELECTRONIC PAYMENT REQUESTS IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGE*-S OR FEES TO USE WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Indianapolis through the DFAS Centralized Customer Service number 888-332-7366 (select option 2) or faxed to (877) 701-5069. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS myInvoice web site at http://www.dod.mil/dfas/contractorpay/myinvoice.html. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. CONTRACT NUMBER: W15QKN-13-X-0XXX DELIVERY ORDER NUMBER: N/A TYPE OF DOCUMENT:COMBO CAGE CODE: ISSUE BY DODAAC:W15QKN ADMIN DODAAC:W15QKN INSPECT BY DODAAC:W90EWT SERVICE ACCEPTOR / SHIP TO:W90EWT LOCAL PROCESSING OFFICE: PAY OFFICE DODAAC: Statement of Work Lodging Support for 45th Military Police Det. L&O GENERAL: 1.This is a non-personnel services contract to provide lodging services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 2.Description of Services/Introduction: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide lodging services as defined in this Performance Work Statement. The period of performance is 17 July 2013 - 07 August 2013 for 2 double occupancy rooms and from 18 July 2013 - 07 August 2013 for an additional 18 double occupancy rooms. DESCRIPTION: 3.Housing is needed to support 45th Military Police Det. L&O, 2018 Armory Dr., Columbus, NE. 4.The Army Standards for housing soldiers is: a minimum two (2) occupants per room, equal double occupancy. Therefore, the contractor must provide double occupancy rooms. 5.All rooms are to be located at the same facility. 6.Double occupancy room shall contain net living and sleeping areas. No more than two people shall be assigned to a double occupancy room. 7.Electrical outlets shall be available and in good working condition. 8.All entrance doors to rooms shall have interior security locks, either deadbolt or double locking locks. Each room occupant shall be provided with a room key. 9.Bathrooms must be in a sanitary condition. Bathrooms must contain a shower and/or tub combination with a wash basin, a properly functioning toilet, and a mirror. Additionally, bathrooms should have grounded electrical outlets for use of electrical razors, hair dryers etc. The shower or shower/tub combination shall have shower doors or curtains. 10.Rooms shall have adequate heating and cooling capabilities. 11.Each room must contain at a minimum; a refrigerator, a microwave, a television with cable access, Iron and iron board, and alarm clock. 12.Vendor's location must be a low crime area, free of drugs and prostitution. 13. All rooms will be non-smoking, and free of bed bugs, lice, rodents or anything that will make the living conditions unsafe and/or unhealthy. 14.Daily custodial services shall include, but is not limited to, room cleaning, bed making, linen change (as required), adequate quantities of soap, bath towels, hand towels, sanitized drinking glasses, facial tissues, and a cloth bath mat. 15.Hotel location shall be within a 10-mile radius of the Military Ocean terminal Concord Training Facility (MOTCO), 410 Norman Ave, Concord, CA. Restaurants should be within.5 miles distance from hotel.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8d70164fdaeb395d884de8a4bd315b0c)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN03101466-W 20130629/130627235633-8d70164fdaeb395d884de8a4bd315b0c (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 |