SOLICITATION NOTICE
V -- Lodging services and transportation to / from training location. Required near Hartsfield International Airport, Atlanta, GA and Fort Gillem, GA. Specific dates in August and September 2005.
- Notice Date
- 8/9/2005
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
- ZIP Code
- 54656-5153
- Solicitation Number
- W911SA-05-T-0052
- Response Due
- 8/11/2005
- Archive Date
- 10/10/2005
- 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; offers ar e being requested and a written solicitation will not be issued. Solicitation W911SA-05-T-0052 is issued as a request for quotation (RFQ). This solicitation is unrestricted under NAICS 721110 with the small business size standard of $6.0 million. CLIN 0001, LODGING ROOMS, 30 ROOMS ON 14-20 AUG 05 (6 NIGHTS), 180 ROOMS Standard single rooms, the government will pay only for the rooms actually used. Price shall include transportation from airport for 30 personnel on 14 Aug 05. Price shall also include transportation for 30 personnel to and from a training site located a t Logistics Ave, Fort Gillem, GA. The dates and times this transportation will be required are as follows: Transport from hotel to training site on 15-20 Aug, time 0730 hours. Transport from training site to hotel on 15-19 Aug, time 1700 hours. Finally , price shall also include transportation for 30 personnel from the Fort Gillem training site to the airport on 20 Aug, time 1200 hours. This CLIN is a separate requirement from the rooms and transportation required under CLIN 0004. CLIN 0002, LODGING ROOMS, 20 ROOMS ON 21-27 AUG 05 (6 NIGHTS), 120 ROOMS Standard single rooms, the government will pay only for the rooms actually used. Price shall include transportation from airport for 20 personnel on 21 Aug 05. Price shall also include transportation for 20 personnel to and from a training site located a t Logistics Ave, Fort Gillem, GA. The dates and times this transportation will be required are as follows: Transport from hotel to training site on 22-27 Aug, time 0730 hours. Transport from training site to hotel on 22-26 Aug, time 1700 hours. Finally , price shall also include transportation for 20 personnel from the Fort Gillem training site to the airport on 27 Aug, time 1200 hours. CLIN 0003, LODGING ROOMS, 25 ROOMS ON 11-17 SEP 05 (6 NIGHTS), 150 ROOMS Standard single rooms, the government will pay only for the rooms actually used. Price shall include transportation from airport for 25 personnel on 11 Sep 05. Price shall also include transportation for 25 personnel to and from a training site located a t Logistics Ave, Fort Gillem, GA. The dates and times this transportation will be required are as follows: Transport from hotel to training site on 12-17 Sep, time 0730 hours. Transport from training site to hotel on 12-16 Sep, time 1700 hours. Finally , price shall also include transportation for 25 personnel from the Fort Gillem training site to the airport on 17 Sep, time 1200 hours. CLIN 0004, LODGING ROOMS, 18 ROOMS ON 14-20 AUG 05 (6 NIGHTS), 108 ROOMS Standard single rooms, the government will pay only for the rooms actually used. Price shall include transportation from airport for 18 personnel on 14 Aug 05. Price shall also include transportation for 18 personnel to and from a training site located a t Logistics Ave, Fort Gillem, GA. The dates and times this transportation will be required are as follows: Transport from hotel to training site on 15-19 Aug, time 0730 hours. Transport from training site to hotel on 15-19 Aug, time 1700 hours. Finally , price shall also include transportation for 18 personnel from the hotel to the airport on 20 Aug, time 1000 hours. This CLIN is a separate requirement from the rooms and transportation required under CLIN 0004. CLIN 0005, CONTRACTOR MANPOWER REPORTING, 1 EACH The contractor shall report ALL contractor manpower required for performance of direct service labor applicable to this contract (i.e. installation service labor). See Contractor Manpower Reporting instructions in Supplemental Information. If needed, ple ase refer to the CMR users guide at the web address https://contractormanpower.army.pentagon.mil t o assess the level of effort that will be required to comply with this requirement. Reporting must occur by Oct 31 for all contracts that were modified or created during the just completed fiscal year (Oct 1 to Sep 30). If contract performance is complet ed before Sep 30 of a fiscal year, the data may be entered upon contract completion rather than waiting for the end of the fiscal year. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-05. FAR, DFAR, and ACA AI Provisions and Clauses may be accessed at http://farsite.hill/af/mil or http://aca.saalt.army.mil/Library/Acq-Instr uctions.htm. The following provisions and clauses are applicable: 52.212-1 Instructions To Offerors Commercial Items. 52.212-3 Alt I Offeror Representations and Certifications Commercial Items. 52.212-4 Contract Terms And Conditions Commercial Items. 52 .212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items and the additional FAR clauses that are applicable to the acquisition: 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and R emedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabil ities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41 Service Contract Act of 1965, as amended; 52.222-42 Statement of Equivalent Rates for Federal Hires. 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items and includes the folowing DFARS clauses by reference: 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; 252.247-7023, Alt III Transportation of Supplies by Sea. 252.225-7002 Qualif ying Country Sources as Subs; 252.225-7000 Buy American Act--Balance of Payments Program Certificate. ACA AI clause 5152.233-9000 ACA Executive Level Agency Protest Program. In accordance with FAR 39.106, the contractor shall ensure the offered product a nd all information technology (IT) contained therein shall be Year 2000 Compliant. Wage determination 1994-2133, Revision 28, dated 23 May 05 applies to this acquisition and may be accessed at www.wdol.gov. Central Contractor Registration is required of all Department of Defense contractors. CCR registration enables electronic funds transfer of contract payments. If your company is not already registered, please register in the CCR database at www.ccr.gov. Whether your company is a current or new regis trant in the CCR database, your registration must indicate that you are a provider of NAICS 721110 under the Goods Sevices section of the registration to be eligible to receive a contract for this solicitation. A DUNS number is required for CCR registra tion. If your company does not have a DUNS#, obtain one by calling 800-333-0505. If the prospective awardee for this request for quotes is not registered in the CCR database by 1600 hours on 11 Aug 05, including NAICS 721110 in the Goods Services secti on, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registra tion in the Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solicitation. PARTIES INTERESTED IN RESPONDING TO RFQ ma y submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms; unit price per CL IN and extended total prices; DUNS number; and taxpayer identification number (TIN). Quotes and applicable literature must be received at ACA, Directorate of Contracting, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153 no later than 1600 hours on 11 Aug 05. Person to contact for additional information regarding the RFQ is Kris Murray, Contract Specialist, (608)388-2702, fax (608)388-5950, kris.murray@us.army.mil.
- Place of Performance
- Address: ACA, Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue Fort McCoy WI
- Zip Code: 54656-5153
- Country: US
- Zip Code: 54656-5153
- Record
- SN00866220-W 20050811/050809212341 (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 |