SOLICITATION NOTICE
V -- Temporary Hotel/Lodging Service - Minimum Technical Requirements Checklist - Pricing Table
- Notice Date
- 8/9/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536, United States
- ZIP Code
- 20536
- Solicitation Number
- HSCEDM-16-Q-00007
- Archive Date
- 9/2/2016
- Point of Contact
- Sang Han, Phone: 2027322544, Bethany Stutler, Phone: 2027322435
- E-Mail Address
-
sang.han@ice.dhs.gov, Bethany.Stutler@ice.dhs.gov
(sang.han@ice.dhs.gov, Bethany.Stutler@ice.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Pricing Table (Attachment 2) Minimum Technical Requirements Checklist (Attachment 1) Temporary Hotel/Lodging Service (i) 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; quotes are being requested and a separate written solicitation will not be issued. (ii) The solicitation number HSCEDM-16-Q-00007 is issued as a Request for Quote (RFQ). Under this requirement, the U.S. Immigration and Customs Enforcement (ICE) intends to award an Indefinite-Quantity Contract (IDIQ) and award Firm Fixed Price Delivery Orders against the IDIQ. This IDIQ is being established only for the ICE utilization and only ICE can issue delivery orders against this IDIQ. (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-88-1, Effective 15 June 2016. (iv) This RFQ is issued under FAR Part 13, Simplified Acquisition Procedures. The applicable North American Classification System (NAICS) code is 721110, Hotels (except Casino Hotels) and Motels. The small business size standard is $32.5 million. This is a total small business set-aside. (v) The purpose of this requirement is to acquire hotel/lodging services in the San Diego, California area. The temporary lodging/hotel services are for women, families and juvenile detainees under the custody care of ICE Enforcement and Removal Operations (ERO). The service will be required for a one (1) twelve (12)-month base period plus four (4) twelve (12)-month option periods, totaling five (5) years. The hotels must be within a 5 mile radius of the Otay Mesa Port of Entry, 3500 Paseo International. San Diego, CA 92154. ICE/ERO will NOT be able to provide advanced notice to the hotel management at any given time for the number of rooms required each day. However, ICE/ERO can estimate anywhere between 2-10 rooms per day based on last year's historical data. The number of rooms required fluctuates significantly from day to day. Historical data indicates ICE/ERO has needed up to 30 rooms per day for a short period of time (5-6 weeks), without any advanced notice. The occasional surge is inevitable for this requirement and ICE may need 30 or more rooms on any given day. The duration of stay for the detainees is typically around 1-3 days. Specific hotel accommodations required: 1) Rooms are to be located on the first floor or higher in sequence of occupancy 2) Double beds - Occupancy: 1-4 persons per room or family members 3) Provide daily linen and towel change, shampoo and soaps, maid service as required per hotel standards 4) No phone service shall be provided 5) No visitation from public is permitted 6) Provide one hot breakfast meal for each detainee for each night of stay. Lunch and Dinner meals will be provided by DHS/ICE/ERO 7) Designated parking area will be identified by hotel to maintain a DHS vehicle for immediate evacuation of families. NOTE: The detainees will be escorted and guarded by the ICE agents or contract security guards. Detainees will be prescreened by the ICE representatives as non-threatening and not dangerous to the public. They mainly consist of women, families, children and juveniles in need of temporary lodging before being transferred to the designated Family Residential Centers to await their immigration hearings. (vi) A list of contract line item number(s) (CLINs), quantities and units of measure, (including option(s) are included in Attachment 2. (vii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (viii) The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. It is anticipated that a single award will be made to the responsible Offeror whose quote conforms to the solicitation requirements and presents the lowest price technically acceptable (LPTA) quote, as determined by the evaluation criteria herein with due consideration to the order of importance. Contract award will be made to the lowest evaluated price meeting or exceeding the minimum acceptability standards for non-cost factors. Quotes will be evaluated on an "acceptable" or "unacceptable" basis. Quotes will be evaluated for acceptability and shall meet the minimum requirements in order to be considered for award. Past performance shall be evaluated in accordance with the procedures outlined in FAR 13.106. 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). 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. (ix) Price - The Government will evaluate price for reasonableness in accordance with FAR 13.106-3(a), Basis for Award. Award will be made on the basis of the lowest evaluated price meeting or exceeding the acceptability standards outlined. (x) The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Oct 2015) 52.209-7, Information Regarding Responsibility Matters (Jul 2013) 52.219-1, Small Business Program Representations (Oct 2014) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) 52.219-28, Post Award Small Business Representation (Jul 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with authorities and Remedies (Feb 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Feb 2016) 52.222-50, Combating Trafficking in Persons (March 2015) (22 U.S.C. 7404(g)) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.246-4, Inspection of Services - Fixed Price (Aug 1996) 52.249-1, Termination for the Convenience of the Government (Fixed Price) (Short Form) (Apr 1984) Additional DHS clause: HSAR 3052.209.70 - Prohibition on contracts with corporate expatriates (Jun 2006) 52.216-18, Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 10/01/2016 through 9/30/2021. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19, Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1 room, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of 4650 rooms; (2) Any order for a combination of items in excess of 4650 rooms; or (3) A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 1 day after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-22 Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 3/31/2023. 52.217-8, Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 1 day. 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 6 months and 5 years. (xiii) SUBMISSION INSTRUCTIONS: 1) Cover page with the following information : • Company Name • Company address • DUNS number • Point of Contact (email and phone number) 2) Offeror shall complete the Minimum Technical Requirements Checklist (Attachment 1). 3) Offeror shall complete the pricing table (Attachment 2). Failure to provide any of the information requested above shall disqualify the offeror without notification or discussion. It is the responsibility of the each offeror to provide a complete quotation. Questions shall be submitted by Thursday, August 11, 2016, no later than 3:00 PM EST via email to Sang Han at sang.han@ice.dhs.gov with the subject line "HSCEDM-16-Q-00007 Hotel/Lodging." Quotes shall be submitted by Thursday, August 18, 2016, no later than 11:00 AM EST via email to Sang Han at sang.han@ice.dhs.gov with the subject line "HSCEDM-16-Q-00007 Hotel/Lodging." Attachment 1 (Minimum Technical Requirements Checklist) and Attachment 2(Pricing Table) must be included in the quotation submission. Attachment 2 - Pricing Table shall be submitted in Excel Spreadsheet format. Facsimile submission will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DM/HSCEDM-16-Q-00007/listing.html)
- Record
- SN04216637-W 20160811/160810000258-f6d5f4705ca7aad3c2df3fffa1828d2e (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 |