SOLICITATION NOTICE
V -- Lodging Accommodation
- Notice Date
- 11/17/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
- ZIP Code
- 20226
- Solicitation Number
- 950300000076
- Archive Date
- 12/6/2008
- Point of Contact
- James M. Huff,, Phone: 202-648-9117
- E-Mail Address
-
james.huff@atf.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) and the National Firearms Examiner Academy has a requirement for Single room lodging for a maximum of 12 people for four months. Hotel Sleeping Rooms/Suites in the Beltsville, Maryland area for 12 Rooms/Suites. Rates should be based on the current government travel per diem rate. (TAX EXEMPT) with Check-In on January 24th, 2009, until Check-Out on May 23rd, 2009, to accommodate 12 students. Location of the lodging must be in close proximity of the National Laboratory Center at 6000 Ammendale Road, Ammendale, Maryland. Contractor must have single rooms available for the students. The lodging must, at a minimum, meet the following requirements: •Availability of 12 rooms for use from January 24, 2009 through May 23, 2009 at a rate not to exceed the Federal per diem rate. •Provide lodging with a separate sleeping and living area. •Include fully equipped kitchen (to include utensils, cookware etc.) with full-sized appliances (refrigerator, range with an oven) •Lodging must be within 5 mile radius of the National Laboratory Center at 6000 Ammendale Road, Ammendale, Maryland. and within walking distance to a shopping center with grocery store availability. •TV and DVD player available in each apartment to assist in the completion of homework assignments. •Provide full housekeeping service to each room at least once a week. •Provide secure parking facility with interior access to lodging. •Provide secure access to all lodging facilities (e.g. fitness center). •Self-service laundry on the premises. Laundry area must have secure access if not located within room. •Health/fitness room located on the lodging premises. •Unlimited local telephone calls. •High Speed Internet Access available in each room. •Business center with computers, fax and copier machine available for use. •Conference/meeting room available for evening instructor meetings. •Notify lodging guests 24 hours in advance of any maintenance conducted in their rooms. •Respond to maintenance issues from tenant within 24 hours. •Rooms have night latch or deadbolt on door to prevent unauthorized entry from outside •The vendor will be required to provide the customer and each tenant with 24 hour emergency contact telephone numbers should there be a requirement for room maintenance. •Rooms will include safety features (smoke detector and sprinkler systems) to meet FEMA requirements for federal government travelers and meet all Prince George’s County, Maryland fire and safety codes •The vendor will conduct a walk through of the rooms with the customer the week prior to student move in date to ensure they are properly equipped and all appliances are in working order (e.g. telephones, air conditioning, ovens, full size refrigerators). Rooms are subject to approval by the customer. Contractor will submit invoices on a monthly basis only to financebranch@atf.gov with a cc copy to the program office POC Sheila Hopkins @ Sheila.Hopkins@atf.gov Contractor must be able to invoice COTR directly for 11 rooms. The additional, 12th room will be invoiced to tenant’s government credit card. Award will be based on meeting the specifications listed above on an All or None basis on a Pass / Fail criteria listing, if all factors are present the factors will than be rated as the most advantageous to the government. The Offeror must clearly demonstrate that all requirements of the RFP are met listed above, That will be determined on a Pass / Fail test. The Offeror must also address all information requirements of the RFP. Proposals not meeting requirements or not providing information required by the RFP will be excluded from further consideration. The government will pay no more then the current government travel per diem rate. The determining factor will be weigh heavier on the non-cost evaluation factors (e.g. technical capability and past performance). For past performance at least 2 references within the last 3 years should be provided. The evaluated factors will be technical capability, past performance and price with the award going the contractor that is the most advantageous to the government. The government will have the option, if necessary, to request an on site visit to review the premise, potential rooms and the surrounding areas so the technical capability can be reviewed and rated. This award will be made utilizing the simplified acquisition procedures under FAR Part 13. All FAR Part 12 Clauses/Provisions are applicable. Awardee must be a certified contractor in the Central Contractor Register (CCR), for payment via electronic funds transfer. All interested parties must submit a quote by 3:00 PM Eastern Standard Time on 11/21/2008. This is a total small business set aside and if no small business can accommodate the requirement all other proposal will be considered. Proposals must include price and a list of services and or extra services offered including a brochure, if available, showing capability of meeting requirements of this announcement. Quotes are preferred via e-mail at James.Huff@atf.gov but are also acceptable by facsimile machine @ (202) 648-9659.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=aac58388983d3ebfc22f16f8ce14c962&tab=core&_cview=1)
- Place of Performance
- Address: 6000 Ammendale Road, Ammendale, Maryland, 20705, United States
- Zip Code: 20705
- Zip Code: 20705
- Record
- SN01705774-W 20081119/081117214900-aac58388983d3ebfc22f16f8ce14c962 (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 |