Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2002 FBO #0104
SOLICITATION NOTICE

X -- Hotel Rooms In New York City

Notice Date
3/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-02-Q-1984
 
Response Due
3/26/2002
 
Archive Date
4/10/2002
 
Point of Contact
Debra Tillman, Purchasing Agent, Phone 215-697-9655, Fax 215-697-5418, - Joel Asher, Contract Negotiator, Phone 215-697-9658, Fax 215-697-9569,
 
E-Mail Address
debra_y_tillman@phil.fisc.navy.mil, joel_g_asher@phil.fisc.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format described in FAR 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. This document and incorporated provisions and clauses are those in effect through FAC 2001-05 dated 7 Mar 02. The Government plans to award a firm fixed priced purchase order for hotel rooms in accordance with the statement of work included herein. This acquisition is unrestricted. There are two Contract Line Items (CLINs). CLIN 0001 is for 180 rooms (45 rooms for four days) at the dates and general location specified in the enclosed statement of work. CLIN 0002 is for baggage fee ? at a quantity of 45 Ea. STATEMENT OF WORK 1. This contract is to provide lodging for international military and civilian students and U.S. military, civilian and contractor staff participating in the Defense Institute of International Studies (DIILS) international training courses. The contract action is to provide Government lodging requirements in New York City in support of DIILS mission to provide site visits to UN Headquarters in New York City as well as information program activities. 2. Due to the requirement that students and staff use public transportation to access cite visits and information program activities, lodging must be provided as follows: In Manhattan on or south of 110th street within 4 blocks of a subway station and 2 blocks of a restaurant that provides breakfast, lunch and dinner service. The contractor shall provide a continental breakfast service (without additional cost) and hold an AAA Rating of 3 diamonds or above. Proof of such a rating is required with the submittal of your proposal. 3. The contractor shall provide 45 single occupancy rooms for the designated number of staff and students. Individual staff or students will be allowed to arrange for multiple occupancy for themselves and up to two additional family members at no additional cost to the government. 4. The Government reserves the right to reduce the lodging requirement by 5 rooms providing written notice to the contractor 5 calendar days preceding check-in day. 5. The Government shall not be responsible for any additional charges such as hotel calls, room services, pay per view movies, meals, beverages, etc. under this contract. 6. Gratuity charges for the hotel rooms shall be included in the unit price of the hotel rooms if applicable. 7. Pursuant to Federal Acquisition Regulation (FAR) Part 29.302 which state that purchases made by the Federal Government are immune from State and local taxation, the Procurement Contracting Officer has determined that inclusion of any state, local or ?Hotel? taxes are not permissible with regards to this contact. Therefore, all prices proposed by the offeror in the schedule of supplies/services and prices are to be exclusive of tax. Time of performance: Rooms will be available for the following nights: New York: 24-27 Apr 02, check-out 28 Apr 02. The following provisions and clauses apply to this procurement: FAR 52.212-1 Instructions to Offerors Commercial Items (OCT 2000); FAR 212-2 Evaluation ? Commercial Items (FAR 52.212-2) (Jan 1999). An award will be made to the lowest priced offer who demonstrates proof of an AAA Rating of 3 Diamonds or above in accordance with paragraph 2. of the Statement of Work. Note: para. (b) of this clause does not apply. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items ? (Dec 2001); FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Dec. 2001), FAR 52.212-5 Contract Terms and Conditions required To Implement Statutes or Executive Orders-Commercial Items (Nov. 2001) ? including the following: FAR 52.222-21, 52.222-26, 52.222-35, 52.222-36, and 52.2222-37. DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov. 2001) with FAR 52.203-2 applying. All offers are due no later than 26 March 2002, 1500 local time. Offers may be e-mailed to Debra_Y_Tillman@phil.fisc.navy.mil or faxed to 215-697-5418 or mailed to FISC Det. Phila., 700 Robbins Avenue, Bldg. 2B, Attn: Debra Tillman, Code 02P23SP, Philadelphia, PA 19111. Any questions should be directed to Debra Tillman at (215) 697-9655. See note numbered 1.
 
Place of Performance
Address: See Statement of Work
 
Record
SN00042826-W 20020316/020314213452 (fbodaily.com)
 
Source
FedBizOpps.gov 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.