SOLICITATION NOTICE
99 -- Provide lodging and meal accommodation to soliders in the Norfolk/Virginia Beach area on an as needed basis.
- Notice Date
- 5/24/2007
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- ACA, Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
- ZIP Code
- 29207-5491
- Solicitation Number
- W9124C07T0029
- Response Due
- 5/30/2007
- Archive Date
- 7/29/2007
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items Blanket Purchase Agreement (BPA) prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being solicited and a written solicitation will not be issued. Solicitation number W9124C-07-T-0029 is hereby issued as a Request for Quote. The Department of Army has the follow ing requirements. This requirement is being advertised as full and open unrestricted. All responsible sources may submit an offer, which shall be considered by this Agency. The following clauses are applicable to this acquisition: F A R 52.212-1 Instruct ions to Offerors-Commercial Items, FAR 52-212-2 Evaluation Commercial Items, FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 (Dev) Contract Terms and Cond itions Required to Implement Statutes or Executive Orders Commercial Items (JUN 2006) (Deviation) and DFARS 252.212-7001 Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (J UL 2006) (Deviation). Quotes are due in this office no later than Wednesday, May 30, 2007, at three-thirty (3:30) p.m. Eastern Standard Time. They can be emailed to sherrill.king@jackson.army.mil or facsimile to 803-751-5429 or 5234. Point of Contact refer encing this solicitation is Sherrill King at 803-751-5647. Offers will be evaluated using the evaluation criteria outlined in FAR 13. The award(s) will be made to the vendor(s) whose proposal is most advantageous to the Government. The evaluated non-cost f actors for this acquisition shall be location, lodging availability, on-site restaurant and being registered on the FEMA list. Past Performance will not be an evaluation factor in this acquisition. The Government requires that lodging and meals be provided for Medical Hold Soldiers on an as needed base. Based on historical information, the average number of rooms per day that may be needed is three (3) and the rooms may be single or double. The average length of stay is three (3) days and the average nu mber of meals per solider is three (3). Due to the fact that the government is unable to anticipate the number of rooms that will be needed at any given time, the successful offeor(s) must be prepared to have rooms available upon request. To accommodate t he governments needs, the government anticipates awarding multiple BPAs. The government requires that there be a restaurant located within the hotel which can provide breakfast, lunch and dinner to the soldiers. The hotel must be within a five (5) mile radius of the Norfolk airport or a five (5) mile radius of the State Military Reservation. The proposed rates for lodging and meals should at no time exceed the Joint Federal Travel Regulations (JRTR) rates. Due to the location of the requirement, the go vernment will authorize multiple rates based on the time of the year the service will be provided. Offerors should provide rates for the following: Meals: Breakfast - $_____, Lunch - $_______ and Dinner $_______. Lodging: 06/01/2007 09/30/2007 - $__ ____; 10/01/2007 10/31/2007 - $_________ and 11/01/2007 05/31/2008 $________. Due to the fact that the BPA(s) will be for a five year base, the successful offeror(s) will be allowed to adjust its rates at the end of each contract year. However, at no time will an adjusted rate exceeds the prevailing JRTR rate. The lodging location shall be within five (5) miles of the Norfolk airport or five (5) miles of the State Military Reservation located 1096 South Birdneck Rd. Virginia Beach, VA 23451. Faci lity must be registered with FEMA (Federal Emergency Management Agency) Fire Prevention and Control. The Government reserves the sole right to cancel after awar d if lodging facility is unsatisfactory or found to be non-compliant with the requirements. Vendors who respond to this solicitation should provide a price per each meal and rooms as outlined above. All costs must be included in the quote. Vendors shall al so certify the mileage of the proposed location from the Norfolk Airport or the State Military Reservation located at 1096 South Birdneck Rd. Virginia Beach, VA 23451. Please provide Dun and Bradstreet number, tax identification number and CAGE code; ven dor s Offeror Representations and Certifications shall be completed in ORCA at https://orca.bpn.gov/ prior to submission of quote.
- Place of Performance
- Address: ACA, Fort Jackson Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC
- Zip Code: 29207-5491
- Country: US
- Zip Code: 29207-5491
- Record
- SN01302611-W 20070526/070524221229 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |