Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2008 FBO #2574
SOLICITATION NOTICE

X -- Hotel Rooms, USNS RAINER, CIVMARS

Notice Date
12/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC SSU GUAM, MSFSC SSU GUAM, Building 6060 COMNAVMAR, Santa Rita Guam, 96915
 
ZIP Code
96915
 
Solicitation Number
N40446-09-T-0002
 
Response Due
12/19/2008 11:00:00 AM
 
Archive Date
1/3/2009
 
Point of Contact
Philip S. Condella,, Phone: 619-553-0042, Ted Williams,, Phone: 671-339-6676
 
E-Mail Address
philip.condella@navy.mil, theodore.r.williams@fe.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Military Sealift Fleet Support Command, Ship Support Unit Guam (MSFSC SSUG), issues solicitation N40446-09-T-0002 as a Request for Quotation (RFQ). The requirement is for hotel rooms in Guam to house the Civilian Mariner crewmembers of the USNS RAINER, while the vessel is undergoing repair work at Guam Shipyard (GSY). GSY is located at Naval Activities, Santa Rita, Guam. Crew check-in on 06 January 2009 and checkout on 24 February 2009. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28. This procurement is being issued as a Small Business Set Aside, size standard $12.5 million. NAICS 721110 applies. The contract will be awarded as a firm fixed price contract using simplified acquisition procedures per the test program at FAR Part 13.5. A total of 3,454 hotel room nights are required. The maximum number of rooms required each day is seventy-four (74). The Daily Room Quantity Requirements are provided below: 06 Jan – 23 Feb, Seventy (70) rooms (checkout 24 Feb). 70 rooms x 49 nights = 3,430 room nights. 06 Jan – 08 Jan, Four (4) rooms (checkout 09 Jan). 4 rooms x 3 nights = 12 room nights. 21 Feb – 23 Feb, Four (4) rooms (checkout 24 Feb). 4 rooms x 3 nights = 12 room nights. When responding to this solicitation, offerors shall provide pricing as follows for Contract Line Item (CLIN) 0001: CLIN 0001, Hotel Rooms, USNS RAINER, Civilian Mariners: Single Occupancy Rooms: $__________ per room night x 3,454 Room Night = $______________ Total Price. The number of rooms and number of days indicated in this solicitation are estimated quantities and will be used for evaluation purposes. PAYMENT WILL BE MADE BASED ON ACTUAL USAGE. A weekly sign-in log must be maintained by the hotel and signed by the Master to ensure accurate room usage and verification for payment purposes. A list of the crewmembers authorized to use the lodging facility will be provided to the successful offeror after award. The Chief Mate for USNS RAINER will be the point of contact for revisions to the list and for any discrepancies that may occur. Should the Government need to extend the check-out date beyond 24 February 2009, it will do so on a day-to-day or week-to week basis via contract modification. The Government shall not be liable for any services/charges incurred by the crew members including but not limited to: room service, mini-bar, restaurant, dry cleaning, pay TV movies, long distance phone calls, etc. The hotel shall be responsible for collecting these expenses incurred by the crew via normal commercial operating procedures. A damage deposit shall not be required and will not be paid, either by the individual crew members of by the government. HOTEL REQUIREMENTS: The contractor shall provide a facility that, without exception, meets the requirements set forth in this solicitation. The hotel offered must either have the AAA 3 Diamond rating or be capable of meeting said rating. The government may determine that a survey of the offeror's proposed facility is necessary in order to make a determination concerning acceptability of the proposed accommodations. In the event that such a survey is accomplished, and the government determines that the proposed facility does not meet stated requirements, the offeror shall be deemed ineligible for award and its proposal will not receive further consideration. AAA 3 Diamond criteria is available at: http://www.aaa.com/aaa/258/home/aaa_tidewater_main/travel/diamond_rating.htm All hotel rooms offered shall be single occupancy. Indoor laundry facilities shall be provided for the crew’s use at NO COST. A minimum of 3 washers and 3 dryers are required. The laundry facility shall be located on site at the hotel. The hotel rooms offered shall be located within 20 miles of Guam Shipyard, Naval Activities, Santa Rita, Guam. All hotel rooms offered shall be at the same hotel, with the possible exception of the Master and Chief Engineer rooms. The contractor may offer to place the USNS RAINER Master and Chief Engineer at a hotel different from the one where the crew will stay. However, the price of the rooms offered for the Master and Chief Engineer shall not be more than the price offered for the crew rooms. Hotel rooms shall include daily cleaning, change of linen, and replenishment of toiletries. The total contract price shall include Gratuities for services supplied to the crew. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Rerepresentation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 52.252-2 Clauses Incorporated By Reference (Feb 1998) 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 this/these address(es): http://www.arnet.gov/ At a minimum, responsible sources shall provide the following when submitting their quote: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage Code, and reference the solicitation number (N40446-09-T-0002) in the quote. Quotes to be emailed to the Contracting Officer at: Philip.condella@navy.mil by 1100 a.m., 19 December 2008 (Guam time). Any questions regarding this solicitation must be submitted to the Contracting Officer at the email address above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7c86901dcd0bd1e7f3908026dceb1fb1&tab=core&_cview=1)
 
Place of Performance
Address: within 20 miles of Guam Shipyard, Naval Activities, Santa Rita, Guam
 
Record
SN01717252-W 20081213/081211215451-7c86901dcd0bd1e7f3908026dceb1fb1 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.