Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2003 FBO #0458
SOLICITATION NOTICE

V -- Messing and Berthing IDTC for SELRES personnel for Reserve Centers Los Angeles and Encino.

Notice Date
3/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024403T0486
 
Archive Date
4/16/2003
 
Point of Contact
John Middleton 619-532-2651 John Middleton, Contract Specialist email:john_d_middleton@sd.fisc.navy.mil phone: 619-532-2651 fax: 619-532-2347
 
E-Mail Address
Email your questions to click here to contact contract specialist
(john_d_middleton@sd.fisc.navy.mil)
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This procurement is unrestricted; all responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR 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. Solicitation number / RFQ N00244-03-T-0486 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-24 and DFAR Change Notices effective through 12/13/00. The standard industrial code is 7011 (NAICS code 721110) and the business size standard is $6,000,000. This requirement is for a fixed priced indefinite delivery contract for all line items as follows. Line Item 0001: COMMERCIAL BERTHING OF SELECTED RESERVE PERSONNEL-BASE PERIOD Statement of Work: (a) The period of this contract will be from 01 Apr 03 (or date of award) through 30 Sep 03 for the base period with four one year options. Hotel room must be double occupancy of like gender, two beds, restroom facilities with sink, and mirror separate from water closet bowl and shower. Hotel must have lighted parking lot and be within a 15 mile radius from the naval reserve center in Encino. The naval reserve center will provide a berthing request sheet to the hotel NLT Wednesday prior to the drill weekend. Under no circumstances are the telephone, vcr, movie rentals, or alcoholic beverage charges allowed to be billed to the government account. Individuals are to be doubled up in rooms per the berthing sheet provided by NMCRC Encino. Officers are to be separated from enlisted personnel, with senior officers separated from junior officers. CPO's will be separate from E-6 and below. An exception would be if a married couple are both drilling naval reservists. Personnel are not authorized to add their name to the berthing list after it has been turned over to the hotel by NMCRC Encino. All rooms will be non-smoking unless specified by the NMCRC. Estimated quantity of double occupancy rooms re quired for one (1) year (minimum 350 rooms and maximum of 700 rooms). The following are the monthly drill dates for the base period: 05/06 APR 03, 03/04 MAY 03, 07/08 JUN 03, 12/13 JUL 03, 02/03 AUG 03, and 06/07 SEP 03. Line Item 0002: Option for additional 12 months of service. Line Item 0003: Option for additional 12 months of service. Line Item 0004: BREAKFAST (NMCRC LOS ANGELES) For naval reservists attached to the naval and marine corps reserve center (NMCRC) Los Angeles who utilize commercial berthing. Serving times shall be 0500 to 0700. Meals must be of good commercial quality/quantity and shall include the major food groups. The NMCRC supply department will provide a meal signature sheet NLT the Friday before each drill weekend. Each reservist is required to sign the meal sheet prior to consuming meal. Tax will not be charged to the government. Es timated meal count is 480 per performance period. Line Item 0005: Option for additional 12 months of service. Line Item 0006: Option for additional 12 months of service. Line Item 0007: NOON MEAL (NMCRC LOS ANGELES) For naval reservists attached to the Naval and Marine Corps Reserve Center (NMCRC) Los Angeles. The NMCRC supply dept will give an estimated number of meals needed one week before services is needed and will call in actual number of meals required by 0845 the day of the catering event. The vendor shall provide all eating utensils such as knives, forks, spoons, napkins, and paper plates. Meals must be of good commercial quality/quantity and shall include the major food groups. One cold soft drink or bottled water shall be served with each meal ordered. Serving times shall be from 1100 to 1200 at Naval Weapons Station Seal Beach and 1130 to 1230 at NMCR C Los Angeles. The NMCRC Los Angeles supply dept will notify vendor two weeks in advance when services will be needed. NMCRC Los Angeles normally has two drill weekends per month and will utilize two vendors for both drill weekends. For the months with combined drill weekend (usually Dec and Jan) services will not be required. Additional dates may be required due to changing drill dates or rescheduling drilling reservists. The addresses at which meals are to be catered are as follows: NMCRC Los Angeles, 801 Reeves Ave, San Pedro, Ca 90731 and Naval Weapons Station Seal Beach, 800 Seal Beach Blvd, Bldg 77, Seal Beach, Ca 90740. Estimated meal count is 3600 per performance period. Line Item 0008: Option for additional 12 months of service. Line Item 0009: Option for additional 12 months of service. Line Item 0010: DINNER MEALS (NMCRC LOS ANGELES) For naval reservis ts attached to the Naval and Marine Corps Reserve Center (NMCRC) Los Angeles who utilize commercial berthing. Serving times shall be 1700 to 2000 for dinner. Meals must be of good commercial quality/quantity and shall include the major food groups. The NMCRC supply department will provide a meal signature sheet NLT the Friday before each drill weekend. Each reservist is required to sign the meal sheet prior to consuming meal. Tax will not be charged to the government. Estimated meal count is 480 per performance period. Line Item 0011: Option for additional 12 months of service. Line Item 0012: Option for additional 12 months of service. Line Item 0013: NOON MEALS (NMCRC ENCINO) For naval reservists attached to the Naval and Marine Corps Reserve Center (NMCRC) Encino. Location of restaurant must be within 3 miles of reserve center with a minimum capacity of 19 6 persons. Meals to include: tossed salad with dressings, meat dish with a minimum of 4 ounces after cooking weight, choice of two (2) vegetables, starch side dish, beverages to include coffee, tea, iced tea, lemonade, and soft drinks, appropriate condiments, and choice of two (2) desserts. (note: any fish/seafood dish served as a main course must have an alternate entr?e choice). (tax will not be charged to the government). Serving time will be from 1100 to 1200 on Saturday and Sunday for the following dates for the base period of performance: 5-6 Apr 03, 3-4 may 03, 7-8 June 03, 12-13 July 03, 2-3 Aug 03, and 6-7 Sep 03. In case of date change, the reserve center shall notify the contractor 3 days in advance. Additional dates may be required due to changing drill dates and rescheduling of drilling reservists. Option year dates will be provided at time of option, if exe rcised. Estimated quantity of meals is a minimum of 450 and maximum is 900 per performance period. Line Item 0014: Option for additional 12 months of service. Line Item 0015: Option for additional 12 months of service. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.211-5, Material Requirements. 52.232-18, Availability of Funds. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to evaluate offers for multiple awards to the responsible offerors whose offers are the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must demonstrate ability to meet the requirements of the statement of work. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time 03-17-03, and will be accepted via fax (619-532-2347) or via e-mail (john_d_middleton@sd.fisc.navy.mil). Quotes submitted as an attachment to an e-mail sho uld be sent in Word Version 6.0 or higher . See Numbered Note (s).
 
Web Link
click here to learn more about FISC San Diego.
(http://www.sd.fisc.navy.mil)
 
Record
SN00268273-W 20030305/030303213515 (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.