PRESOLICITATION NOTICE
X -- Lodging for Operation Enduring Freedom - Airport Security
- Notice Date
- 1/3/2002
- Notice Type
- Presolicitation Notice
- Contracting Office
- USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
- ZIP Code
- 93403-8104
- Solicitation Number
- DAHA04-02-T-6018
- Response Due
- 1/16/2002
- Archive Date
- 2/15/2002
- Point of Contact
- Stella Davis, (805) 594-6287
- E-Mail Address
-
Email your questions to USPFO for California
(Stella.Davis@js.ca.ngb.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This is a combined synopsis/solicitation for commercial items. This solicitation is unrestricted and has no set-aside provisions. The California National Guard intends to establish no more than three (3) pre-priced Blanket Purchase Agreements (BPAs) with hotels throughout the state to satisfy lodging requirements for Operation Enduring Freedom ? Airport Security. Preference is for a single vendor to cover all locations, however, ability to cover a minimum of 10 locations is required. No brokered bids wi ll be accepted. Period of Performance is from date of award (anticipated to be 18 January 2002) to 30 September 2002 plus two one-year options. ALL BIDDERS MUST HAVE CENTRALIZED BILLING CAPABILITIES (i.e. one bill submitted for payment covering all locati ons). HOTEL REQUIREMENTS: *Single occupancy rooms or double occupancy with a common area; *Rooms must have at minimum a refrigerator and microwave; *On-site restaurant; *Within 15 miles of respective airport; *Room rates must not exceed Government Per Di em; *Room rate will be inclusive of any surcharges, energy charge, etc.; *Hotel shall be in compliance with all Federal, State and local regulations and health and fire regulations; *Gov?t is responsible only for rooms requested by BPA call officer as desi gnated in agreement; *BPA call officer will make room reservations; *Room occupants are responsible for all charges incurred other than the room rate (i.e. room service, telephone, movies, etc.) LOCATIONS: The following are current locations and personnel numbers: *Arcata-Eureka: 1 each; *Crescent City: 6 each; *Chico: 1 each; *Fresno: 4 each; * Sacramento North Highlands: 2 each; *Oakland; 1 each; *Rancho Cordova: 9 each; *Bakersfield: 3 each; * Inyo Kern: 4 each; *Palm Springs: 18 each; *San Diego: 11 ea ch; *San Luis Obispo: 5 each; *Santa Ana: 6 each; *Santa Barbara: 17 each; * Van Nuys: 10 each. Possible future locations requirements: *Fresno-Yosemite: 1 each; *San Jose: 54 each; * Sacramento: 5 each; *Burbank: 1 each; *Ontario: 6 each. Headcounts at any location may change up or down. Evaluation will be based approximately equally on price, amenities and location. All vendors MUST be registered in the Central Contractor Registration (CCR). Duns & Bradstreet, CAGE Code & Federal Tax ID numbers MUST be submitted with quote. Quotes are due NLT 16 JAN 2002 by 3:00 P.M. at USPFO For California, Contracting Office, ATTN: Stella Davis, Hwy 1, Bldg. 633, PO Box 8104, San Luis Obispo, CA 93403-8104. Requests shall be in writing to the above address, or fax requests to (805) 594-6348.
- Web Link
-
- Army Single Face to Industry
(http://acquisition.army.mil)
- Place of Performance
- Address: USPFO for California P.O. Box 8104, San Luis Obispo CA
- Zip Code: 93403-8104
- Country: US
- Record
- SN20020105/00011115-020104090412 (fbodaily.com)
- Source
- FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date) - Army Single Face to Industry
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |