Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2010 FBO #3317
SOLICITATION NOTICE

V -- Double Occupancy Rooms in Kansas City, MO in Accordance with the Statement of Work

Notice Date
12/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0063
 
Response Due
12/29/2010
 
Archive Date
12/29/2010
 
Point of Contact
Nick Giacalone 619-532-2582 Please contact the contract specialist by email at nick.giacalone@navy.mil
 
E-Mail Address
The Contract Specialist ™s email address.
(nick.giacalone@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-11-T-0063. The RFQ and incorporated provisions and clauses are those in effect through FAR FAC 2005-43 and DFARS-DCN 20100820. This solicitation is issued as small business set-aside NAICS Code 721110 is applicable and business size is $7,000,000. ********************************************************************************* Line Item 0001: 200 Double Occupancy Rooms for the Period of January 01, 2011 “ December 31, 2011. All rooms shall be provided in accordance with the statement of work labeled below. Line Item 0002: 200 Additional Double Occupancy Rooms for the Period of January 01, 2011 “ December 31, 2011. All rooms shall be provided in accordance with the statement of work labeled below. Line Item 1001: Option Period 1: 200 Double Occupancy Rooms for the Period of January 01, 2012 “ December 31, 2012. All rooms shall be provided in accordance with the statement of work labeled below. Line Item 1002: Option Period 1: 200 Additional Double Occupancy Rooms for the Period of January 01, 2012 “ December 31, 2012. All rooms shall be provided in accordance with the statement of work labeled below. ****THE STATEMENT OF WORK*** Statement of Work 1.The Government requires standard commercial berthing (hotel accommodations) for authorized U.S. Navy Reservists for reserve drill weekends once per month, with the exception of the months of FEB/APR/AUG/OCT which there is an additional, alternate drill weekend, within the immediate Kansas City, MO locality. Required are Single occupancy rooms for O-5 and above and E-9 ™s. Also, Double occupancy rooms to include: two queen/full size beds, restroom facilities with sink and mirrors separate from toilet bowl and shower facilities, and if breakfast is included as part of the room rate it must be available by NLT 6:00 A.M. NOSC Kansas City will need approximately 450 double occupancy rooms per year. 2.The hotel must have a lighted parking lot, be in a safe, secure, minimal crime activity area, and be within a six mile radius of NOSC Kansas City, MO. The Minimal Crime Activity, Breakfast by 6:00 a.m., and Six mile radius is a mandatory requirement. 3.NOSC Kansas City will prepare and deliver a berthing roster prior to the drill weekends. The hotel must allow NOSC Kansas City to deliver a berthing roster to the hotel on Wednesday by noon, prior to the drill weekends. The hotel must allow NOSC Kansas City to cancel rooms up to 1800 on the day of the berthing without charges. The hotel must be willing to obtain Reservists signatures on the Berthing roster sheets, keep track of these sheets, and return them to the POC as part of the billing process. Billing will be summarized into one grand total and paid likewise. Telephone calls, meals, beverages, room services, movies or other lodging services are not chargeable to NOSC, nor are to be shown on any billing documents for the individual rooms. 4.The individual reservists occupying the rooms will be fully responsible for any charges incurred during the time of their stay at the hotel. Contractor may bill for guests that do not show up only if the hotel is sold out. All rooms reserved will be non- smoking rooms, 5.Single occupancy rooms are for O-5 and above, and E-9 ™s during FY-11. In FY-12, single rooms will be required for all E-7 ™s and above. 6.Double occupancy rooms of like gender are required for O-1 ™s through O-4 ™s and E-8 ™s and below, with Officers separated from enlisted, and CPO ™s(E-7through E-8) separated from E6 and below. An exception would be a husband and wife, both members of the Navy Reserve, drilling on the same day(s). NOSC Kansas City will provide the hotel with a list that will designate room assignments according to the aforementioned requirements. 7. Estimated Total Number of Reservists per weekend drill period: High: 45 (approximately 22 ROOMS per night) Low: 10 (Alternate Drill Weekends) Average: 30 Reservist drill periods will typically be held on weekends. However, the possibility exists that rooms may be required to accommodate reservist personnel during weekdays. 7. Periods of performance: Base period: Date of contract award through September 30, 2011 (FY-11) with an option year in FY-12. Specific dates required: FY11FY12 OCT 01/02OCT 14/15 OCT 22/23OCT 28/29 NOV 12/13NOV 18/19 DEC 10/11DEC 09/10 JAN 07/08JAN 06/07 FEB 04/05FEB 03/04 FEB 25/26FEB 24/25 MAR 11/12MAR 16/17 APR 01/02APR 13/14 APR 15/16APR 27/28 MAY 20/21MAY 18/19 JUN 10/11JUN 08/09 JUL 29/30JUL 13/14 AUG 05/06AUG 03/04 AUG 19/20AUG 24/25 SEP 16/17SEP 14/15 This requirement is necessary to provide berthing for the Navy Reserves on drill weekends and other times as required. Each Navy Reservist must live beyond a fifty mile radius from the drill site to be eligible and must perform eight hours of scheduled drills (exclusive of meal period) on the day before or the day following the use of commercial berthing, or four 4-hour drills within a 48 hour period. 8. The Government anticipates paying fully certified invoices by using the Government Purchase Card. Upon completion of a drill weekend the Contractor shall provide to the NOSC an invoice for reconciliation, inspection, approval and final certification. Upon final certification the Government representative will contact the Contractor ™s designated representative and the appropriate financial information will be exchanged allowing payment to be made to the Contractor. 9. Payment of invoices for required lodging for Navy Reservists at NOSC Kansas City will be made through the use of Government Purchase Card. Inspection and acceptance will be made at Destination by the Government. Post Award Contract Administration will be performed by FISCSD, Code 240. Any technical questions are to be directed to: Nick Giacalone Contract Specialist, US Navy, FISCSD, Code 240, 619-532-2582, nick.giacalone@navy.mil TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL received no later than COB 1600 p.m. (PST) on December 28, 2010. All submitted technical questions shall reference the solicitation number. Any questions received after the date and time specified above or without the solicitation number may not be answered. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the offerors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render an offer not to be accepted by the Government. The following Clauses are applicable: FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.212-2 Evaluation of Commercial Items; (a) The Government plans to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (i) CAPABILITY TO PERFORM (ii) PRICE (b) Only those Offers which are determined by the contracting officer to be technically capable of performing under Factor (i) will be further evaluated under Factors (ii). At the discretion of the Contracting Officer, the Government intends to evaluate quotes and award a purchase order without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. (c) By submitting a signed quote under this solicitation, Offeror asserts that it is technically capable of performing the specification/ statement of work and all aspects of this contract. The contracting officer will validate offerors technical capability to perform by verifying that the offeror has financial resources, organization and facilities required to perform the contract. TECHNICAL CAPABILITY TO PERFORM represents MINIMUM acceptable criteria. Under this factor, offers will be determined to be either technically acceptable or unacceptable. Failure to be determined technically acceptable under this factor will render the offer to be unacceptable and to not be considered for award. (d) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a śfill-in. ť All applicable fields must be completed. Submit this provision with your quotation. See NECO for attachment. FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to expiration of the contract. FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor any time prior to expiration of the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend any time prior to the expiration of the contract. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24 Months.. (End of clause) 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 52.222-41 Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-36 Payment by Third Party.. FAR 52.233-3 Protest after Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.243-1 Changes ”Fixed Price. FAR 52.247-34 F.o.b. Destination. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference. FAR 52.252-6 Authorized Deviations in Clauses. FAR 52.211-6 Brand Name or Equal, Aug 1999 DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program and DFARS 252.247-7023 Alt III Transportation of Supplies by Sea. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7009 Mandatory Payment by Government wide Commercial Purchase Card DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. FISC-SD local clause 331 Review of Agency Protests (MAR 2000) FISC-SD local clause 332 Unit Prices (OCT 2001) FISC-SD local clause 333 Non US Navy Owned Cranes Aug 2004 NAVSUP Clause 5252.232-9402 Wide Area Work Flow; End of Clauses/Provisions. IMPORTANT NOTICE: DFARS 252.204-7004 śCentral Contractor Registration ť (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. Quotes must be received no later than COB 1600 p.m. (PST) on December 29, 2010. All quotes must be submitted electronically via e-mail, to nick.giacalone@navy.mil. Reference solicitation number: N00244-11-T-0063 on all documents submitted. (No Notes)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411T0063/listing.html)
 
Record
SN02349039-W 20101224/101222234129-eed5905f14e699197593e3337d03e67c (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.