Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2005 FBO #1298
MODIFICATION

M -- LEASE OF HOTEL ROOMS

Notice Date
6/14/2005
 
Notice Type
Modification
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-05-Q-0133
 
Response Due
6/23/2005
 
Archive Date
8/22/2005
 
Point of Contact
shirley.banks, 270-798-7200
 
E-Mail Address
ACA, Fort Campbell
(shirley.banks@campbell.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation number W91248-05-Q-0133 is issued as a Request for Quotation (RFQ). This is a total small business set-aside for lodging services within 15-mile radius of Gate 4, Ft Campbell , KY. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-18. The NAICS Code is 721110 and the small business size standard is $6,000,000. This acquisition will result in a Firm Fixed Price (FFP) Purchase Order utilizing simplified commercial acquisition procedures under full and open competition. This requirement is for contract housing in commercial hotel facilities within a 15-mile radius of Gate 4, Ft Campbell, KY 42223. This requirement is for CLIN 0001 - 22 Double Rooms and CLIN 0002 6 Single Rooms for a period of five (5) months, beginning 01 July 2005 through 30 November 2005. The hotel rooms must be located at the same location and SHALL have the following specification s/amenities in place and fully operational effective 01 July 2005: a MINIMUM of 296 square foot for a single room and a minimum of 330 square foot per room for a double room, with AMENITIES: ground floor access or access by elevator, indoor pool, whirlpool and sauna for therapy, refrigerator and microwave in every room, High Speed Internet access in every room, coffeemaker and coffee in every room, hair dryer, iron, and ironing board in every room, indoor recreation area. ADDITIONALLY, the facility must pr ovide a separate room to accommodate approximately 50 occupants for daily group meetings and be within 3 blocks walking distance of restaurants. All rooms shall be cleaned daily unless notice is given to not clean for the day by the occupant, clean towel e xchange shall occur no less than three (3) times a week; trash removal/collection service shall occur on a daily basis (unless notice is given by the occupant); rooms shall be vacuumed no less than one (1) day a week; and clean bed linen service shall occu r no less than one (1) day a week. The Contractors facility shall comply will all applicable health, fire, and safety codes and regulations. The Government will not be responsible for any miscellaneous charges incurred by the individual occupants. The Contractor must clearly outline to each occupant which miscellaneous services are not covered by this contract such as personal telephone charges, pay-per-view movies, room service, and other such services available at additional costs and how occupant wil l be charged by the Contractor for those services. The Government is under no obligation to provide services for accompanying spouses or visitors. Charges for spouses or visitors shall be between the Contractor and the occupant. The Contractor shall hav e a Quality Plan in place to ensure that the facilities meet the state and local health, sanitation and fire prevention standards and that the inspections are being conducted in accordance with said plan. At the direction of the Contracting Officer, the C ontractor shall unlock any room occupied by the Government to allow access by Government Officials. The hotel is responsible for physical security of the facility/location to ensure safety of the clientele. By 6:00 P.M. CST everyday (or a mutually negot iated alternate time), a Government appointed Point of Contact shall notify the hotel if rooms are not to be used that night. In the event a hotel receives this notification the Government will not pay for the affected rooms for that night. The hotel is f ree to lease the rooms for that night to any commercial customer. The Government is not responsible for payment of those rooms that were released by the Point o f Contact for that night. THE GOVERNMENT WILL ONLY PAY FOR ROOMS OCCUPIED. THE GOVERNMENT RESERVES THE RIGHT TO SHIFT LODGING DATE AND/OR CANCEL COMPLETELY NLT 5 DAYS PRIOR TO THE START DATE. No changes to any resulting purchase order are authorized unles s issued by a Government Contracting Officer. The Government reserves the right to award to other than lowest price if determined to be in the best interest of the Government. The Government may make multiple awards to the responsive and responsible offe rors whose offers are most advantageous to the Government considering price and non-price related factors. The solicitation incorporates in full force and effect the Wage Determination 95-0825 REV 14. The provision at 52.212-1 Instructions to Offerors-Comm ercial Items is applicable and is addended as follows: This provision is further addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information  http://acqnet.saalt.army.mil/library/default .htm); 252.209-7003 Comp liance with Veterans Employment Reporting Requirements. The provision at 52.212-2 Evaluation-Commercial Items is applicable; Award will be based on best value to the Government, which includes pricing and availability. Availability of rooms is slightly m ore important than price. The Government intends to make multiple awards to the responsive and responsible offerors whose offers are most advantageous to the Government considering price and non-price related factors. Offerors are instructed to submit co mpleted copies of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with offers (and include CCR, DUNS Number, CAGE CODE, and Tax ID Number with their offer.). The clause at 52.212-4, Contract Terms and Conditions-Comme rcial Items, applies to this acquisition, and is addended to incorporate the following clauses: 52.219-6 Notice of Total Small Business Set-Aside; 52.232-17 Interest; 52.252-2 Clauses Incorporated by Reference (Fill-in information  http://acqnet.saalt.arm y.mil/library/default .htm); 252.201-7000 Contracting Officers Representative; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A - Required Central Contractor Registration; 252.223-7006 Prohibition on Storage and Disposal of To xic and Hazardous Materials; 252.242-7000 Post award Conference; and 252.243-7001 Pricing of Contract Modifications. The clause at FAR 52.204-7 Central Contractor Registration, DFARS 252.232-7003 Electronic Submission of Payment Requests, 52.212-5, Contra ct Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Ear; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items are applicable. Clause 52.217-8 Opt ion to Extend Services are hereby incorporated. FAR 52.214-31 Facsimile Bids; FAR 52.222-3 Convict Labor, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance, FAR 52.222-41 Service Contract Actof 1965 as Am ended, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.252-6 Authorized Deviations in Clauses. The offeror shall also include information on amenities offered at the offerors facility. Offers are due not later than 12:00 NOON C.S.T. P .M. 23 June 2005. All responsible sources may submit an offer, which will be considered by the agency. Submit offers to Directorate of Contracting, ATTN: Regi na Harris, 2172 13 ½ Street, Fort Campbell, KY 42223-5358. Contact Regina Harris 270-798-7826, regina.harris@campbell.army.mil for information regarding the solicitation. OFFER SCHEDULE LEASE OF HOTEL ROOMS UNIT OF UNIT TOTAL CLIN DESCRIPTION QUANTITY ISSUE PRICE PRICE 0001 Single Rooms 6 each $ $ Starting 01 July through 30 November 2005 0002 Double Rooms 22 each $ $ Starting 01 July 2005 through 30 November 2005 NOTE: *QUANTITIES LISTED ABOVE ARE ESTIMATES ONLY; HOWEVER, THESE QUANTITIES SHALL NOT BE EXCEEDED WITHOUT PRIOR APPROVAL OF THE CONTRACTING OFFICER. PAYMENT WILL BE MADE ONLY FOR ACTUAL QUANTITIES USED. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABK/DABK09/W91248-05-Q-0133/listing.html)
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13 1/2 & Indiana Streets Fort Campbell KY
Zip Code: 42223-1100
Country: US
 
Record
SN00829969-F 20050616/050614213216 (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.