SOLICITATION NOTICE
V -- Hotel Accomodations for FPS Post Basic Students
- Notice Date
- 12/23/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Immigration & Customs Enforcement - Contracts & Procurement
- ZIP Code
- 00000
- Solicitation Number
- HSCEEH-09-R-00004
- Response Due
- 12/30/2008
- Archive Date
- 1/14/2009
- Point of Contact
- Michael J DeCrescio, Phone: 215-521-2263
- E-Mail Address
-
michael.decrescio@dhs.gov
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations located within a 10 mile radius of 6315 Bren Mar Drive., Alexandria, VA 22312. This Request for Proposal, is in accordance with FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This is not a solicitation for Event Planning Services or 3rd Party Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. This announcement incorporates FAR provisions and clauses in effect through Federal Acquisition Circular 2005-05. The NAICS code is 721110 and the small business size standard is $7 million. This announcement/solicitation is solicited unrestricted and constitutes the only bid document that will be issued. The estimated Period of Performance and room requirements for each period are as follows: Course/Event Arrival Date Departure Date Number of Rooms Total Units Post Basic “W” 26 Jan 09 12 Feb 09 22 374 Post Basic 908 19 April 09 2 May 09 28 364 Post Basic 911 31 May 09 13 June 09 28 364 Post Basic 915 29 July 09 13 Aug 09 28 420 Post Basis 921 27 Oct 09 9 Nov 9 28 364 All sleeping rooms must be housed in the same facility. Lodging rates MUST be within the Government Per Diem rate (or lower) for the Washington, DC Metro area. Any applicable hotel contracts shall be submitted with your proposal. Hotel must also have sufficient parking space to stage/park two (2) Government owned fifteen (15) passenger vans for students use. To be eligible for award under this solicitation, the hotel facility MUST be listed with current status on the Central Contractor Registration website (www.ccr.gov) and be FEMA approved and listed on the U.S. Fire Administration and Motel National Master List found at (www.usfa.fema.gov/hotel/search.cfm). Offers proposed facilities that are not listed will be rejected as technically unacceptable. Offerors must additionally submit their DUNS # with proposal and/or contract. Rooms must be individual/private sleeping rooms with toilet facilities at government per diem (or below) rate for area. Payments shall be the sole responsibility of each individual upon hotel check-in. Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 evaluation factors. Evaluation may be made with or without discussions with the offeror(s). The technical proposals will be evaluated for quality of services/accommodations and location. FPS reserves the right to conduct an on-site inspection of offered facilities. Prices will be evaluated in terms of cost for accommodations, cancellation fees (if applicable), and attrition costs (if applicable). All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals, The following provisions and clauses shall apply to this solicitation: FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following address: www.arnet.gov/far/; FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-5 Evaluation Commercial Items (factors listed in descending order of importance): 1. Quality of Services/Accommodations 2. Location 3. Price (Cost of accommodations, Cancellation fees (if applicable), Attrition (if applicable)). Quality of Services and Accommodations and location when combined are more important than price; FAR 52.212-3 Offeror Representations and Certification-Commercial Items. Offerors must include a completed copy FAR 52.212-3 Offeror Representations and Certification along with his/her proposal unless registered in ORCA; FAR 52.212-4 Contract Terms and Conditions -- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders -- Commercial Items. Submit all price, technical proposals, and hotel contract electronically via e-mail to Michael.decrescio@dhs.gov Closing date for receipt of proposals is Tuesday December 30, 2008 @ 10am EST.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=af7eec096720fda8d0ca77c9ce26df58&tab=core&_cview=1)
- Record
- SN01723597-W 20081225/081223215741-af7eec096720fda8d0ca77c9ce26df58 (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 |