SOLICITATION NOTICE
X -- Rental of Hotel/Motel Rooms
- Notice Date
- 6/6/2007
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
- ZIP Code
- 39208-8860
- Solicitation Number
- W9127Q07T0020
- Response Due
- 6/12/2007
- Archive Date
- 8/11/2007
- 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; proposals are being requested and a written solicitation will not be issued. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This acquisition is being advertised as full and open unrestricted. Camp Shelby Joint Forces Training Center has a requirement for Hotel/Motel rooms. Based on information provided, the average number of single rooms per day that may be needed is One Hundred Forty (140). 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 offeror(s) must be prepared to have rooms available upon request. To accommodate the Governments needs, the government anticipates awarding multiple BPAs. The Government requires a minimum change of linen twice a week or upon change of occupancy, whichever comes first. Daily towel service shall be two (2) bath, (2) hand towels, three (3) wash cloth s and one (1) bath mat. Linens and towels shall be fresh and free of rips and tears. Maid/housekeeping service (to include but not limited to: dusting, vacuuming, replacing soiled linen as stated above, making bed, empty trash containers, clean bathroom, replenish soap and sanitized glasses) shall be provided to accommodate both day and night shift personnel. All rooms shall be free of insect infestation (roaches, ants, spiders, etc.) Rooms shall be equipped with a private bath with shower, tube, toil et, sink, self space, well lighted mirror, electrical outlet convenient to sink, and continuous hot water, one (1) trash container in bathroom and (1) in living area. All bathrooms shall have a good working exhaust fan or an exterior window. Adequate quantities of soap and sanitized glasses shall be provided. All tiles shall be free of cracks or missing pieces. Rooms shall be carpeted. Carpet shall be clean, padded and in good condition. Rooms shall have color cable TV with remote controls. Indepen dently controlled air conditioning/heating shall be in each room and shall be in good working order. A telephone shall be furnished in each room. Local calls shall be allowed without charge. The entrance shall be accessible by key lock or electronic loc k and shall be equipped with interior deadbolt and a peephole. Connecting room doors shall be equipped with a deadbolt. The room key shall not reflect room number. Ground floor windows shall be equipped with security locks. Sliding doors shall also be equipped with an effective locking device. All ground floor doors and windows, which are accessible from walkways and common balconies, shall have a secondary security lock. A minimum of one bed, one night stand, two pillows, one blanket, one bed spread, one comfortable chair, closet or closet hanging space with a minimum of (6) hangers, a table or desk suitable for writing with suitable overall lighting, a luggage rack or suitable bench space for storage of luggage, and adequate shades/drapes or blinds to cover all windows/glass areas shall be provided in each room. The desk area shall have accessible electrical receptacles. Furniture shall be clean and in good condition. Rooms shall be free of chipped or peeling paint. Wallpaper, draperies, bed and be dding shall be in good condition and free from soil or stains. A laundry shall be available on premises. Ice machine shall be available on premises at all times. Incoming/outgoing mail or express delivery services shall be provided. Employees assigned to each motel/hotel room are responsible for all expenses incurred beyond scope of the contract (i.e., long distance calls, room service, damage claims, guest cha rges, laundry service). Occupants under this contract will be afforded access to all hotel facilities, as are regular guests. Lodging charges are exempt from sales/room tax. Rooms will have refrigerator, Internet connection, and microwave in each room. VCP/VCR rentals or pay per view movies/movie channel shall be available for in-room viewing. Facility must have smoke detector installed and automatic sprinkler system. THE GOVERNMENT WILL INSPECT ALL ROOMS PRIOR TO AWARD. The period of the BPA(s) wil l be 15 June 2007 through 30 September 2010 unless sooner terminated. All rooms must be within the City limits of Hattiesburg. Vendors who respond to this solicitation should provide a price per day for each room. Vendors must provide Dun and Bradstreet number, tax identification number, Cage Code, and Offeror Representation and Certification (52.212-3) along with quote. Due to the fact that the BPA(s) are for multiple years, the successful offeror(s) will be allowed to adjust its rates at the end of eac h contract year. However, at no time will an adjusted rate exceed the prevailing JRTR rate for this location. The Government reserves the right to cancel after award if lodging facility is unsatisfactory or found to be non-compliant with the requirements . Award(s) will be made to the vendor(s) whose proposal is most advantageous to the Government. Offers must provide a list of Hotel/Motels if quoting more than one location. The following Federal Acquisition Regulations (FAR) and (DFAR) apply to this solic itation: FAR 52.212-1; FAR 52.212-2; FAR 52.212-3, FAR 52.212-4, 52.203-6 Alt I; FAR 52.204-4; Far 52.204-7; FAR 52.212-1; FAR 52.219-8; FAR 52.222-44; FAR 52.237-3; FAR 52.212-5: FAR 52.219-6; FAR 52.219-14; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FA R 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-13; FAR 52.232-33; FAR 52.222-41; FAR 52.222-42; FAR 52.203-3; FAR 52.252-2; DFARS 252.212-7001; DFARS 252.225-7001. The evaluation factors will be availability, rooms meeting specificati ons in solicitation, and Price. Full Text of these provisions may be accessed on-line at http://farsite.af.mil/vffara.htm. Award can only be made to those offerors that are registered through the Central Contractor Registration System. For those that are not registered, you may log onto the Internet at www.ccr.gov. All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items which can be obtained on line at http://farsite.af.mil/vffara.htm. Quote s are due no later than 3:30 CST, 12 June, 2007. Questions regarding contractual documents may be addressed to Joe Smith, Contract Specialist, at E-mail joe.hughie.smith@ng.army.mil. Quotes may be mailed to USPFO-MS, Attn: NGMS-PFO-PC (Mr. Joe Smith), 144 Military Drive, Jackson, Mississippi 39232-8861 or faxed to (601) 313-1569 or E-Mail joe.hughie.smith@ng.army.mil.
- Place of Performance
- Address: USPFO for Mississippi 144 Military Drive, Jackson MS
- Zip Code: 39208-8860
- Country: US
- Zip Code: 39208-8860
- Record
- SN01311677-W 20070608/070607035131 (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 |