Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2010 FBO #3078
SOLICITATION NOTICE

V -- Lodging for troop leader training at Fort Lewis, WA

Notice Date
4/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Fort Knox Contracting Center, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
W900NB00740003
 
Response Due
5/5/2010
 
Archive Date
7/4/2010
 
Point of Contact
Daniel Hereford, 502-624-8054
 
E-Mail Address
Fort Knox Contracting Center
(daniel.hereford@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Request for quote (RFQ) to provide lodging in Fort Lewis, WA area during 16 June 31 August 2010. Notice Type: This solicitation is issued using simplified acquistion procedures in accordance with Federal Acquisition Regulation (FAR) Parts 12, 13 and 15. In addition, this solicitation incorporates all provisions and clause in effect through the Federal Acquisition Circular. This solicitation is unrestricted and the associated NAICS code is 721110 and small business size standard is $6.5 million. The solicitation number for this request for quotation (RFQ) is W900NB00740003. Specification: US Army Cadet Command has a requirement for lodging for 57 cadets over 13 periods attending training at Fort Lewis. The first training period starts 16 June with the last period ending 31 August. Contractor shall provide lodging, standard rooms, single occupancy and double occupancy in accordance with the PWS attached. Contractor shall provide all the rooms as follows: (1) 24 Cadets from 16 June to 7 July for 21 room nights(double occupancy) (2) 1 Cadet from 16 June to 7 July for 21 room nights (3) 12 Cadets from 12 July to 3 August for 22 room nights(double occupancy) (4) 1 Cadet from 12 July to 3 August for 22 room nights (5) 12 Cadets from 20 July to 10 August for 21 room nights(double occupancy) (6) 1 Cadet from 20 July to 10 August for 21 room nights (7) 4 Cadets from 4 August to 26 August for 22 room nights(double occupancy) (8) 10 Cadet from 12 July to 10 August for 29 room nights(double occupancy) (9) 4 Cadets from 16 July to 14 August for 27 room nights(double occupancy) (10) 1 Cadet from 16 July to 14 August for 21 room nights (11) 4 Cadets from 2 August to 31 August for 28 room nights(double occupancy) (12) 1 Cadet from 2 August to 31 August for 28 room nights (13) 12 Cadets from 1 June to 29 June for 28 room nights(double occupancy) Room rates shall include night lodging taxes, but shall not include sales taxes. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made based on best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors: (1) Offerors capability to provide the required accommodations that meet the Governments needs at one location; (2) Proximity to Fort Lewis, WA; (3) Past performance on contracts of a similar nature (4) Total cost or price. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.204-7 Central Contractor Registration; (2) FAR 52.212-1 Instructions to Offerors Commercial Items; (3) FAR 52.212-2 Evaluation Commercial Items; (4) FAR 52.212-3 Offeror Representations and Certifications Commercial Items, with Alternate I; (5) FAR 52.212-4 Contract Terms and Conditions Commercial Items; (6) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.219-28 Post-Award Small Business Program Representation (b) FAR 52.222-21 Prohibition of Segregated Facilities; (c) FAR 52.222-26 Equal Opportunity; (d) FAR 52.222-36 Affirmative Action for workers with Disabilities; (e) FAR 52.222-50 Combating Trafficking in Persons; (f) FAR 52.232-33 Payment by Electric Funds Transfer- Center Contractor Registration; (7) FAR 52.252-2 Clauses Incorporated by Reference; (8) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (9) 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 and provisions within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.232-7003 Electronic Submission of Payment Requests; (b) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea; (10) FAR 52.222-3 Convict Labor; (11) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; (12) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; (13) DFARS 252.232-7010 Levies on Contract Payments ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. Provide detailed offers to Daniel Hereford NLT 9:00 a.m. EST on May 5, 2010. Offers may be sent via e-mail to Daniel Hereford at daniel.hereford@us.army.mil. Questions regarding this solicitation shall be in writing and may be sent via e-mail to the address above. Payment: Contractor shall submit payment request using Wide Area Workflow (WAWF). WAWF is the preferred method to electronically process vendor request for payment. This application allows DoD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall register to use WAWF at https://wawf.eb.mil and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten calendar days after award of this contract/order. Additional Info: Cadets will be participating in training at Fort Lewis, WA, so locations within close proximity to the military base will better meet the requirement. Contracting Office Address: MICC CENTER FORT KNOX, 199 SIXTH AVE, FORT KNOX, KENTUCKY 40121-5720 Point of Contact(s): Daniel Hereford, daniel.hereford@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ac9d83b04228f6eb090a824a554f3ef4)
 
Place of Performance
Address: Fort Knox Contracting Center Directorate of Contracting, Building 1109B Fort Knox KY
Zip Code: 40121-5000
 
Record
SN02133927-W 20100429/100427235620-ac9d83b04228f6eb090a824a554f3ef4 (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.