SOLICITATION NOTICE
X -- X--SUITE ACCOMODATIONS FOR SIXTY-SIX MEMBERS OF THE TRAINING AND LEADERSHIP DEVELOPMENT PANEL (TLPD)10 MAR-15 MAY 2002, FT. LEAVENWORTH, KANSAS
- Notice Date
- 1/18/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Combined Arms Center and Fort Leavenworth, ATTN: ATZL-GCC, 600 Thomas Avenue, Fort Leavenworth, KS 66027-1389
- ZIP Code
- 66027-1389
- Solicitation Number
- DABT19-02-Q-0003
- Response Due
- 2/7/2002
- Archive Date
- 3/9/2002
- Point of Contact
- Shelley Thomas, 913-684-1628
- E-Mail Address
-
Email your questions to US Army Combined Arms Center and Fort Leavenworth
(thomass@leavenworth.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THI S NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. *****This solicitation, #DABT19-02-Q-0003, is a Request for Quotation (RFQ), a Full and Open Competition Action. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23.*****The associated North American Industry Classification System (NAICS) code for this procurement is 72111, and the small business size is $3.5M.*****The Directorate of Contracting (DOC) has a requirement for Lodging to provide suites for sixty-six (66) Training and Leader Development Panel members who will be spending long hours working at Ft. Leavenworth, KS. Requir ement is that suites will be located a maximum of thirty (30) minutes from Ft. Leavenworth, KS. One (1) suite will be available for the time period of sixty-seven (67) days from 10 Mar 02 through 15 May 02 and twenty-two (22) suites and will be available for the time period of sixty (60) days from 17 March 2002 through 15 May 02. Suites, long-term, to accommodate two (2) to three (3) individuals, at a minimum 1000 sq. ft. per each, with two/three bedrooms per suite. Each bedroom will have the ability to be individually secured and will contain the following: One (1) Queen Size Bed, Desk, Dresser with Mirror, Closet, Cable television capabilities and Telephone with individual line and telephone number. Suites will contain the following: Sofa, Chair(s), Te levision w/Cable, Internet with High Speed Data Line, Kitchenette will contain a minimal size Refrigerator, Stove, Dishwasher (optional), Cooking utensils and stoveware, and Dishes to serve at a minimum of three (3) individuals; Bathrooms will be at a mini mum of two (2) each per suite. Housekeeping shall be provided weekly at a minimum, as well as one change of sheets, one extra blanket, and an extra set of towels for each suite guest. Suites must be in the same facility due to ground transportation from facility to Ft. Leavenworth, KS. *****Quotations will be evaluated in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2-Evaluation of quotations of offers. Award will be made based on contractors (A) Past Performance/Experience and (B) Price.*****The Government anticipates awarding one purchase order resulting from this combined Synopsis/Solicitation to the responsible contractor whose quotation, conforming to this Synopsis/Solicitation, will offer the BEST VALUE to the Government, pric e and other factors considered.*****Contractors shall address all requirements in this combined Synopsis/Solicitation, and shall provide clear evidence of understanding and the ability and willingness to comply with the Government?s specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the vendor?s taking exception to it.*****All contractors are to include with their quotes, a completed copy of provision 52.212-3, Offero r Representations and Certifications-Commercial Items, which may be downloaded from www.arnet.gov .*****The following Federal Acquisition Regulation (FAR) provision applies to this Solicitation: 52.212-1, Instructions to Offerors-Commerical;*****The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquistion.*****The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraphs (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (18)(i) 52.225-3, Buy American Act-North American Free Trade Agreeme nt-Israeli Trade Act-Balance of Payments Program; (21) 52.225-15, Sanctioned European Union Country End Products; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.arnet.gov . Al l interested, responsible firms should submit quotes (Original Plus One Copy of Quote and Enclosures), by 2:00 P.M., Central Standard Time, on 14 February 2002, to ATTN: Shelley Thomas, Directorate of Contracting, 600 Thomas Avenue Unit #3, Ft. Leavenwort h, KS 66027-1417. Faxed quotes will NOT be accepted. Copies of above-referenced clauses are available upon request.*****Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. Quoters ar e encouraged to use the Standard Form (SF) 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov for use in preparation of quotation for submission. In reference to FAR clause 52.232-36, Payment by Third Par ty, payments will be made bi-weekly to contractor. Contractors must be registered in the Central Contractor?s Registration database ( www.ccr.gov ) prior to the award of any Government Contract. Inquiries may be faxed to (913) 684-1610, and upon faxed re quest, a copy of bid schedule only will be faxed to prospective contractors. This announcement serves as the Solicitation, all responses must be sent in hardcopy with the Solicitation/Quotation Number visible to: Directorate of Contracting, 600 Thomas Av enue Unit #3, Ft. Leavenworth, KS 66027-1417.
- Web Link
-
Army Single Face to Industry
(http://acquisition.army.mil)
- Place of Performance
- Address: Center for Army Lessons Learned ATZL-CTL, Bldg 50, 10 Meade Avenue Fort Leavenworth KS
- Zip Code: 66027-1417
- Country: US
- Zip Code: 66027-1417
- Record
- SN20020123/00016632-020122123815 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |