Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2016 FBO #5279
SOLICITATION NOTICE

V -- Lodging for 450 Soldiers for Big LOTS Exercise - Package #1

Notice Date
5/5/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-16-T-0083
 
Archive Date
6/11/2016
 
Point of Contact
Gerry L. Brown, Phone: 2102216378, ,
 
E-Mail Address
gerry.l.brown.civ@mail.mil,
(gerry.l.brown.civ@mail.mil, /div)
 
Small Business Set-Aside
N/A
 
Description
Map of Alameda Island. Lodging shall be located within Alameda Island COMBINED SYNOPSIS/SOLICITATION FOR LODGEING FOR BIG LOGISTICS-OVER-THE-SHORE (LOTS) WEST EXERCISE EVENT June 11 - 24 2016 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. The solicitation number for this requirement is W9124J-16-T-0083 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. This acquisition is Unrestricted and will not be procured as a set-aside. The associated NAICS code is 721110 with a small business size standard of $32.5 Million. The contractor shall provide services to support 450 Soldiers for Big Logistics-Over-the-Shore (LOTS) West Annual Exercise Training event that include lodging, meals, (Breakfast & Dinner), additional hygiene area, (Shower trailers to accommodate all soldiers), laundry services and parking, in accordance with the attached Statement of Work (SOW). Proposed contract line items are as follows: Item No. Description Quantity Unit 0001 Lodging 1 Job 0002 Meals: Breakfast & Dinner (Buffet) 1 Job 0003 Shower Stall Trailers 2 Each Due to the high-up-tempo of the exercise, it is imperative that the soldiers are housed within a single location within stated delineated IAW the SOW for the duration of the exercise. Period of Performance: 11 – 24 June 2016. The resulting contract will be a Firm Fixed Price Contract to a single contractor. Award will be made to the lowest priced, technically acceptable offer. In accordance with FAR 52.252-1, and FAR 52-252-2, the following clauses and provisions are incorporated by reference: 52.202-1, Definitions, 52.204-7, System for Award Management, 52.212-4, Contract Terms and Conditions - Commercial Items. In accordance with FAR 52.252-1, and FAR 52-252-2, the following clauses and provisions are incorporated in full text: 52.204-3, Taxpayer Identification; 52.212-1, Instructions to Offerors – Commercial Items; 52.212-2, Evaluation – Commercial Items; 52.212-3, Offeror Representations and Certifications – Commercial Items – Alternate I; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (APR 2010); 52.243-1, Changes – Fixed Price – Alternate I; 52.232-18 - Availability of Funds; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses incorporated by Reference; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. All provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/. The following provision is incorporated by full text: 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a 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 factors shall be used to evaluate offers: (i) Technical capability - Contractor to demonstrate how they intend to meet the requirements stated in the Performance Work Statement; (ii) Past performance; (iii) Price Award will be made on the basis of the technically acceptable proposal with the lowest price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 offer's 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. (End of provision) All offers are due by 27 May 2016, 10:00 a.m. CST, via email to gerry.l.brown.civ@mail.mil. Any questions regarding this solicitation shall be submitted in writing via email to: gerry.l.brown.civ@mail.mil, NLT 16 May 2016, 10 a.m. CST. No questions will be addressed via telephone. You will received confirmation of received questions via email. All deadlines or references to time for this solicitation will be due based on the Central Standard Time (CST) Zone. Quoter agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offer. The POC for this solicitation is Mr. Gerry Brown, Contract Specialist, Mission and Installation Contracting Command, Fort Sam Houston, TX, phone number is (210) 221-6378, e-mail: gerry.l.brown.civ@mail.mil and Ms. Salameya Paulouskaya, Contracting Officer, phone number (210) 808-6492; email: salameya.paulouskaya2.civ@mail.mil. STATEMENT OF WORK 311TH Sustainment Command Big Lots West Training Event 11 JUN 2016 - 24 JUN 2016 Contractor shall provide all materials, supplies, equipment, facilities, supervisions, etc. for the lodging of 450 soldiers in accordance with all the following requirements: 1. Contractor shall provide, at a minimum, a lodging establishment that meets all local, state and federal codes governing the lodging and hotel industry. Lodging shall accommodate all 450 soldiers under the same venue and shall be located within the delineated area specified under section 1.3 below. Lodging and meal rates offered higher than local GSA per diem rates as shown in links below will not be considered: Lodging: http://gsa.gov/portal/category/100120 Meals: http://gsa.gov/portal/content/101518 1.1. Period of Performance: 11 JUN 2016 - 24 JUN 2016 1.2 Background: Big Logistics-Over-the-Shore (LOTS) West is an annual functional exercise designed to train transportation units and sustainment commands in LOTS operations. Its purpose is to prepare soldiers in the operations of discharging cargo from vessels anchored offshore or in a stream, transporting it to shore or a pier, and marshaling it for movement inland. LOTS operations range in scope from bare beach operations to operations that supplement fixed port facilities and intra theater movements. Because they augment the theater's reception capability, these operations play an integral role in the theater commander's reception, staging, onward movement, and integration process. Due to the high-up-tempo of the exercise, it is imperative that the soldiers are housed within a single location within stated delineated for the duration of the exercise that can provide lodging, meals and laundry services. 1.3 Delineated Area: Lodging shall be located within Alameda Island, which is defined for the purposes of this solicitation to be inside the red highlighted area as shown on attached map. Lodging facilities outside the delineated area will not be considered and will be considered technically unacceptable. 1.4 Type of Contract: This is a Firm Fixed Price (FFP) Contract 1. 5 Security Requirements: Lodging shall be provided in a low crime area and Contractor shall not allow onsite renovations or other activities that will interfere with this event. 1.6 Food and Beverage. Self-serve beverage stations are preferred at each meal. Local government per diem rates for food shall apply and can be found at http://www.gsa.gov/portal/content/101518. The dining room needs to be a separate room from any meeting rooms. The contractor shall identify the notification time frame for meal cancellation. The cancellation time frame should be consistent with commercial practice. The contractor must be in compliance with all applicable Army regulations regarding food and beverage services. 1.6.1 Breakfast. Hot food buffet shall be available from 6:00 a.m. to 8:00 a.m. The buffet shall include such items as: pancakes, bacon, sausage, eggs, ham, assorted fresh fruit, pastries and cereal. Drinks shall consist of: coffee, milk, tea and juice. Self-serve beverage stations are preferred. 1.6.2 Dinner. Hot food buffet shall be available from 6:00 p.m. to 8:00 p.m. Buffet shall include such items: Heavy hors d'oeuvres and finger foods with at least one options of meats and starches, such as but not limited to chicken strips, tacos, pizzas, cheese sticks, cheese and crackers, quiche, vegetables trays, mini sandwiches, appetizer wraps, stuffed mushrooms, roast beef/ assorted rolls, chicken wings, and chips and dip, assorted soft drinks (regular & diet), cold and hot teas, juice, coffee and water. 1.7 Parking: The contractor shall provide parking to accommodate all soldiers. 1.8 Additional Hygiene Area: The contractor shall provide additional hygiene trailers to accommodate all soldiers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bf4ed0d384c09c316b06e3083065ba3a)
 
Place of Performance
Address: Alameda, CA 94501, Alameda, California, 94501, United States
Zip Code: 94501
 
Record
SN04106675-W 20160507/160505234228-bf4ed0d384c09c316b06e3083065ba3a (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.