SOLICITATION NOTICE
99 -- Lodging rooms for up to 30 people per night at Fort Hunter-Liggett, CA. 01 May 2003 through 30 September 2003
- Notice Date
- 4/23/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
- ZIP Code
- 54656-5000
- Solicitation Number
- DABJ27-03-T-0030
- Response Due
- 4/29/2003
- Archive Date
- 6/28/2003
- Point of Contact
- RICHARD EDLER, 608-388-7209
- E-Mail Address
-
ACA, Fort McCoy
(RICHARD.EDLER@EMH2.MCCOY.ARMY.MIL)
- Small Business Set-Aside
- N/A
- Description
- NA This is a combined synopsis/soliciation for lodging rooms for up to 30 people per night at Fort Hunter-Liggett, CA in accordance with the performance work statement and other terms and conditions contained herein. The resultant contract action will be a Bl anket Purchase Agreement (BPA) which shall be effective for the period 01 May 2003 through 30 September 2003 for lodging rooms for up to 30 people. The estimated usage quantity is provided below. Vendors are encouraged to provide additional information reg arding room availability as well as transportation available from lodging to Fort Hunter-Liggett. The government intends to award one BPA. However, multiple BPAs may be issued depending upon the availability of lodging rooms. The NAICS Code and the small b usiness size standards for this service are 721110 and $6 million. Payment will be made by Government Commercial Credit Card (Visa). Contractor will be responsible for all transaction costs a ssociated with payment by credit card. Line Item 0001, ESTIMATE D QUANTITY 30, Lodging Room, DAILY RATE. The government is not obligated to order the quantities shown. The government is also not obligated to order during the time frames shown. The government is obligated to pay for the actual amounts ordered/received for the actual Lodging Rooms utilized during the period. PLEASE PROVIDE QUANTITY OF Lodging Rooms AVAILABLE BEGINNING 01 MAY 2003. PERFORMANCE WORK STATEMENT LODGING LEASE, SECTION 1, GENERAL, 1.1 SCOPE OF WORK. The contractor shall provide on-post housing (Unaccompanied Personnel Housing-Temporary Duty [UPH-TDY]) for military and Department of Defense civilian personnel on official duty at Fort Hunter-Liggett CA as specified. The housing must provide a decent, safe, sanitary, and habitable accommodation in good repair. The Contractor shall provide a level of facilities, operations, and services comparable to a good quality, modestl y-priced commercial hotel or motel. Services will be performed in accordance with AR 210-50, Housing Management, and the terms and conditions of this Agreement. 1.2 POINTS OF CONTACT. The contractor shall provide points of contact (POCs) within the company to interface with the contracting representative on issues concerning leased rooms. The Contractor shall provide the names, business address, function (e .g., c ontract manager, accounts receivable, etc.), phone numbers, normal hours of operations, and the method to contact to the contract manager outside normal business hours (24 hours a day). 2.1. Facilities shall meet the minimum space and privacy standards of AR 210-50, Table 4-2, Minimum standards of acceptable space and privacy, existing UPH inventory with the exception that the minimum net living area in VQ, Private Room, Shared Bath shal l be 109 square feet net living area. 2.2. Furnishings, facilities, and services shall be provided in accordance with the standards of AR 210-50, table 4-3, Minimum furnishings, facilities, and services for UPH. 2.3. If the room rates established in accordance with AR 210-50, Appendix C, change during the contract period, the contractor shall forward a copy of the applicable change, approved by the Installation Commander, to the Contracting Officer attached to a written request to renegotiate the contract price schedule. MARKET REVIEW: In accordance with FAR 13.303-6(b)(2) the Contract Administrator shall maintain awareness of changes in market conditions, sources of supply, and other pertinent factors that may warrant making new arrangements with different suppliers or mo difying existing arrangements. FAR 13.303-6 allows the contractor to request price adjustments based on changes in market conditions or other warranted factors, and shall be negotiated with the contracting office. Such a price change shall be with the mutu al agreement of both parties. If a price adjustment is warranted, the contracting office will issue a m odification to the agreement. EXTENT OF O BLIGATIONS: The government is obligated only to the extent of authorized purchases actually made against this blanket purchase agreement. DELIVERY TICKETS: All deliveries under this agreement shall be accompanied by delivery tickets or sales slips which wi ll contain the following minimum information : a. Name of contractor b. Blanket Purchase Agreement number c. Date of purchase d. Purchase number e. Itemized list of supplies (vehicles) furnished and applicable rental period f. Quantity, unit price and exte nsion of each item less applicabl e discount g. Date of delivery. Payment will be made by Government Commercial Credit Card (Visa) in accordance with Clause 52.000-4057. Contractor will be responsible for all transaction costs associated with payment by cr edit card. The issuance of individual requests against this blanket purchase agreement will be made under authority of FAR 13.303. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-13. Far an d DFAR Provisions and Clauses may be accessed at http://farsite.hill/af/mil. The following provisions and clauses are applicable: 52.212-1 Instructions To Offerors -- Commercial Items (Oct 2000. 52.252-1 Solicitation Provisions Incorporated By Reference (F eb 1998). 252.204- 7001 Commercial And Government Entity (Cage) Code Reporting (Aug 1999). 52.212-4 Contract Terms And Conditions -- Commercial Items (Feb 2002). 52.212-3 Offeror Representations And Certifications Commercial Items (Jul 2002) With Alt I (Ap r 2002). 252.209- 7001 Disclosure Of Ownership Or Control By The Government Of A Terrorist Country (Mar 1998). 252.212-7000 Offeror Representations And Certifications--Commercial Items (Nov 1995). 252.247-7022 Representation Of Extent Of Transportation By Sea (Aug 1992). 52.212-5Contract Terms And Conditions Required To Implement S tatutes Or Executive Orders -- Commercial Items (May 2002) and the additional FAR clauses that are applicaable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales t o the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (12) 52.222-26, Equal Opportunity (E.O. 112 4 6); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Speci a l Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212; 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-36, Payment by Third Party (31 U.S.C. 3332). 25 2.232.7003-Reserved.52.252-2 Clauses Incorporated By Reference (Feb 1998). 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Dec 2002) and includes the folo wing DFARS clauses by reference: 252.225-7012 Preference for Certain Domestic Commodities (APR 2002) (10 U.S.C. 2533a);252.243-7002-Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410); 252.247-7023 -Transportation of Supplies by Sea (MAY 2002) (_ ___Alternate I) (MAR 2000) (____Alternate II) (MAR 2000) (10 U.S.C. 2631); 252.247-7024-Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). The following LOCAL CLAUSES are incorporated into this solicitation: 52.000-4055,Year 200 0 Compliance; 52.000-4057 Payment By Government Commercial Credit Card; 52.000-4000 Alternate Disputes Resolution; 52.000-4063 Contractor Performance Information. TO BE IN COMPLIANCE, interested contractors must contact the contract specialist below to req uest a copy of the local clauses in full text. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practi ce (i.e. quote form, letterhead, e tc.) and MUST INCLUDE THE FOLLOWING INFORMATION: solicitation number (DABJ27-03-T-0030), offerors complete mailing and remittance address, discount terms, unit prices, offerors DUNS #, Cage code, and completed 52.212-3. Quotes must be received at ACA, Directorate of Contracting, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153 no later than 1630 on 29 Apr 03. POC for additional information: Contract Specialist, Major Richard Edler, 608-388-7209, fax 602-388-7080, email ri chard.edler@emh2.mccoy. army.mil.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABJ/DABJ27/DABJ27-03-T-0030/listing.html)
- Place of Performance
- Address: Fort Hunter-Liggett Bldg S-237 Fort Hunter-Liggett CA
- Zip Code: 93928
- Country: US
- Zip Code: 93928
- Record
- SN00310252-F 20030425/030424064640 (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 |