SOLICITATION NOTICE
X -- LODGING AND MEALS
- Notice Date
- 6/30/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, Army Reserve Contracting Center - West, Army Reserve Contracting Center - West, Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
- ZIP Code
- 93955
- Solicitation Number
- W90AJM9169N325
- Response Due
- 7/2/2009
- Archive Date
- 8/31/2009
- Point of Contact
- PETT A. ARANTON, 831-242-6577<br />
- E-Mail Address
-
Army Reserve Contracting Center - West
(pett.a.aranton@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- ATTENTION: YOUR BID MUST BE RECEIVED NO LATER 2 JULY 2009, 9:00AM PST. The Department of the Army, Mission & Installation Contracting Command Enterprise & Installation Operations, MICC, Presidio of Monterey, CA, is seeking for a hotel that can provide the following requirement: 1. 11 Double Occupancy Rooms (each with two double beds) and 1 single occupancy total of 12 rooms for 14 nights to include breakfast. For the period: check-in 6 July 2009, check-out 20 July 2009 (14 nights x 12 rooms = 168). Lodging 168 each $__________ 2. Dinner for 22 soldiers for 14 days (14 nights x 22 soldiers = 308) Dinner 308 each $__________ Total_____________ 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) Award will be made to the Lowest Price Technically Acceptable offeror. In order to be technically acceptable, offerors must meet the following minimum factors or salient characteristics: 1. Have a 3-Star or higher rating based on Hotels.coms rating system. 2. Must be within 10 miles from 7334 E. Ulysses Ave., Mesa, Arizona 85212. 3. Must have restaurant on site to serve meals. A firm fixed price contract is contemplated. This combined synopsis/solicitation is the only information you will receive, no separate solicitation or paper copies will be provided. 52.212-1Instructions to OfferorsCommercial items (Jun 2008) 52.212-3, Offerors Representations and Certifications Commercial Items The offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.219-6 Notice of Total Small Business Set Aside FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-36 Payment by Third Party (Credit Card) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 252.225-7001 Buy America and Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.211-7003 Item Identification and Valuation 52.243-1 Alt 1 252.246-7000 Material Inspection and Receiving report Full texts of these clauses are available at: http://farsite.hill.af.mil or http://www.arnet.gov/far/index.html Please indicate on your proposal if you will accept the government purchase card as the payment method. If the contractor does not accept the government purchase card the contractor shall submit payment request(s) using Wide Area Workflow (WAWF). WAWF is the mandatory method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. Additional WAWF Instructions will be provided upon receipt of order. All questions must be addressed to Pett A. Aranton Mission & Installation Contracting Command Enterprise & Installation Operations MICC DOC - Presidio of Monterey Office of the Director Bldg 4385, Suite 2206 400 Gigling Road, Seaside CA 93955-6771 (831)242-6577 DSN: 768 Fax: (831)242-6585 Pett.a.aranton@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABK27/W90AJM9169N325/listing.html)
- Place of Performance
- Address: Army Reserve Contracting Center - West Bldg 4385, Suite 2041, 400 Gigling Road Seaside CA<br />
- Zip Code: 93955<br />
- Zip Code: 93955<br />
- Record
- SN01860902-W 20090702/090630235840-0eeba159679724aa75b7152ea47ea0f1 (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 |