SOLICITATION NOTICE
99 -- LODGING
- Notice Date
- 7/25/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Regional Supply Office Norfolk, 9456 Fourth Ave Bldg V-53, Norfolk, VA, 23511-2120
- ZIP Code
- 23511-2120
- Solicitation Number
- N62688-02-Q-2006
- Response Due
- 8/9/2002
- Point of Contact
- Carol Riddick, Purchasing Agent, Phone 757-444-2109, Fax 757-444-3081, - Mary Tuttle, Supervisory Purchasing Agent, Phone 757-444-4032, Fax 757-444-3081,
- E-Mail Address
-
criddick@nsn.cmar.navy.mil, mtuttle@nsn.cmar.navy.mil
- Description
- This is a Combined Synopsis/Request for Quotation for Commercial Services/Supplies prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this Notice. This announcement constitutes the only Request For Quotations and incorporates Provisions and Clauses IAW the FAR/DFAR. This is a competitive procurement. Award will be based on lowest bidder meeting all specifications. Unit Price Max Amt CLIN 0001 Lodging, single occupancy for one night in accordance with the specifications From 5-7 September 2002 (13 persons) 8-12 September 2002 (165 persons) 13 September 2002 (3) persons) Total 867 nights FFP 1. This contract is to provide lodging for active duty, military reserve personnel on Temporary Active Duty, DoD Civilians contractors participating in training events scheduled by Joint Forces Command Civil Support (JTF-CS). The contract action is to consolidate Government exercise lodging and hotel support requirements to provide consolidated contracts supporting JTF-CS exercise mission. Lodging will be required during periods identified in resultant task orders issued hereunder. 2. The contractor shall provide for single occupancy. Spouses of members shall not be eligible for government furnished lodging under this contract except in cases where both husband and wife are active duty military personnel attending training events scheduled by JTF-CS. If a spouse who is not an exercise participant accompanies any member, eligibility for government furnished berthing under this contract will be relinquished and the government will not be responsible for any room expense incurred by the member or the spouse. 3. Only personnel identified by JTF-CS and producing a current military or government/ contractor identification cards at point of check in will be authorized lodging under this contract. 4. The contractor is responsible for obtaining the signature of each participant on a hotel folio upon the persons check out. One copy of the hotel folio are to be submitted with the contractors invoice. The Government is obligated to pay only for those rooms used by authorized persons are identified on the hotel folio. 5. After the first night of lodging, the required number of rooms may be reduced by written notification from the government. This notification will be provided no later than 1600 of the second day and will be confirmed by a modification to the contract. For rooms canceled in accordance with the foregoing, the Government will only be responsible for the first nights lodging expense. 6. The Government reserves the right to reduce the lodging requirement by providing written notice to the contractor 5 calendar days preceding the check-in date. 7. Contractor facilities shall comply with the applicable local/city and state health and fire regulations. 8. 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. 9. Gratuity charges for the hotel rooms shall be included in the unit price of the hotel rooms if applicable. 10. Pursuant to Federal Acquisition Regulation (FAR) Part 29.302, which states 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 contract. Therefore, all prices proposed by the offeror in the schedule of supplies/service and prices are to be exclusive of tax. 11. Hotel shall be within 10 miles from Fort MacDill Air Force Base, Florida, provide a full services breakfast on the premises and include transportation services to and from the Tampa airport. . Closing Date of Quote is AUGUST 8, 2002 , 1600 HOURS (4:00PM) Eastern Standard Time. Facsimile Responses are preferred at 757-444-3081. Please include your TAX ID Number, Cage Code, DUNS Number and Buy American Act Certification, when submitting your quote. Quotes will not be accepted unless you are registered on the Contractors Central Register. The following FAR/DFAR Provisions/Clauses apply to this request for quotation and are Incorporated by Reference: FAR 52.202-4 Contract Terms and Conditions -- Commercial Items (APR 1998) FAR 52.212-5 Contract Terms and Conditions required to implement statues or Executive Orders -- Commercial Items (OCT 1998) FAR 52.215-5 Facsimile Proposals (1) 757-444-3081 (OCT 1997) FAR 52.219-6 Notice of Total Small Business Set-aside (JUL1996) FAR 52.219-8 Utilization of Small, Small Disadvantaged and Women-owned Small Business Concerns (OCT 1999) DFAR 252.212-7001 Contract Terms and Conditions required to implement statues or Executive orders applicable to Defense Acquisitions of Commercial Items (MAR1998) DFAR 252.225-7012 Preference for certain Domestic Commodities (MAY 1999) DFAR 252.225-7014 Preference of Domestic Specialty Metals, Alternate I (MAR 1998) DFAR 252-232.25 Brand Name or Equal (DEC 1991) FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) FAR 52.233-3 Protest after Award (AUG 1996) FAR 52.204-3 Taxpayer Identification (MAR 1994) FAR 52.222-26 Equal Opportunity (APR 1984) FAR 52.222-37 Affirmative Action of Special Disabled and Vietnam Era Veterans (APR 1984) FAR 52.222-37 Affirmative Action for Handicapped Workers (APR 1984) FAR 52.225-3 Buy American Act-Supplies (JAN 1994) FAR 52.225-1 Buy American Certificate (Dec 1989) The offeror certifies that each end product, except those listed below, is a domestic end product (as defined in the clause entitled Buy American Act- Supplies), and that components of unknown origin are considered to have been mined, produced, or manufactured outside the United States. Excluded End Products County of Origin_________________ Offerors may obtain from the Contracting Officer lists of articles, materials, and supplies excepted from the Buy American Act. See note 1, 22*****
- Place of Performance
- Address: TAMPA, FL
- Country: USA
- Country: USA
- Record
- SN00125691-W 20020727/020725233027 (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 |