Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2011 FBO #3396
MODIFICATION

X -- HOTEL ROOMS

Notice Date
3/11/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
Office Symbol : CCMI-MEA/Army, Fort Meade, MD 20755
 
ZIP Code
20755
 
Solicitation Number
W91QF611T0008
 
Response Due
3/15/2011
 
Archive Date
9/11/2011
 
Point of Contact
Name: Andrea Gilbert, Title: Contract Specialist, Phone: 301/677-7925, Fax: 301/677-2509
 
E-Mail Address
andrea.gilbert@us.army.mil;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W91QF611T0008 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-49. The associated North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $7.00M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-03-15 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Meade, MD 20755 The USA ACC MICC Fort Meade requires the following items, Meet or Exceed, to the following: LI 001, 0001AA ESTIMATE QUANTITIES FOR DAILY RATES:3 SINGLE OCCUPANCY ROOMS WITH KITCHENS (3 ROOMS X 365 DAYS = 1,095 ROOMS). HOTELS/MOTELS MUST BE WITHIN 25 MILE RADIUS OF FORT MEADE ARMY INSTALLATION. BASE YR PERIOD OF PERFORMANCE 01 APR 2011 - 30 SEP 2011, 1095, EA; LI 002, 0001AB ESTIMATE QUANTITIES FOR DAILY RATES:3 SINGLE OCCUPANCY ROOMS WITH KITCHEN FOR AMPUTEES AND WHEEL CHAIR SOLDIER THAT ARE ADA COMPLIANT (3 ROOMS X 365 DAYS = 1,095 ROOMS). HOTELS/MOTELS MUST BE WITHIN 25 MILE RADIUS OF FORT MEADE ARMY INSTALLATION. BASE YR PERIOD OF PERFORMANCE 01 APR 2011 - 30 SEP 2011, 1095, EA; LI 003, 0001AC ESTIMATE QUANTITIES FOR DAILY RATES:9 SINGLE OCCUPANCY ROOMS WITHOUT KITCHEN (9 ROOMS X 365 DAYS = 3,285 ROOMS). HOTELS/MOTELS MUST BE WITHIN 25 MILE RADIUS OF FORT MEADE ARMY INSTALLATION. BASE YR PERIOD OF PERFORMANCE 01 APR 2011 - 30 SEP 2011, 3285, EA; LI 004, 0001AD ESTIMATE QUANTITIES FOR DAILY RATES:9 DOUBLE OCCUPANCY ROOMS WITH KITCHEN FOR AMPUTEES AND WHEEL CHAIR SOLDIER THAT ARE ADA COMPLAINT (9 ROOMS X 365 DAYS = 3,285 ROOMS). HOTELS/MOTELS MUST BE WITHIN 25 MILE RADIUS OF FORT MEADE ARMY INSTALLATION. BASE YR PERIOD OF PERFORMANCE 01 APR 2011 - 30 SEP 2011, 3285, EA; LI 005, 0002AA1ST OPTION YEARESTIMATE QUANTITIES FOR DAILY RATES:3 SINGLE OCCUPANCY ROOMS WITH KITCHEN (3 ROOMS X 365 DAYS = 1,095 ROOMS). HOTELS/MOTELS MUST BE WITHIN 25 MILE RADIUS OF FORT MEADE ARMY INSTALLATION. PERIOD OF PERFORMANCE 01 OCT 2011 - 30 SEP 2012, 1095, EA; LI 006, 0002AB1ST OPTION YEARESTIMATE QUANTITIES FOR DAILY RATES:3 SINGLE OCCUPANCY ROOMS WITH KITCHEN FOR AMPUTEES AND WHEEL CHAIR SOLDIER THAT ARE ADA COMPLIANT (3 ROOMS X 365 DAYS = 1,095 ROOMS). HOTELS/MOTELS MUST BE WITHIN 25 MILE RADIUS OF FORT MEADE ARMY INSTALLATION. PERIOD OF PERFORMANCE 01 OCT 2011 - 30 SEP 2012, 1095, EA; LI 007, 0002AC1ST OPTION YEARESTIMATE QUANTITIES FOR DAILY RATES:9 SINGLE OCCUPANCY ROOMS WITHOUT KITCHEN (9 ROOMS X 365 DAYS = 3,285 ROOMS). HOTELS/MOTELS MUST BE WITHIN 25 MILE RADIUS OF FORT MEADE ARMY INSTALLATION. PERIOD OF PERFORMANCE 01 OCT 2011 - 30 SEP 2012, 3285, EA; LI 008, 0002D1ST OPTION YEARESTIMATE QUANTITIES FOR DAILY RATES:9 DOUBLE OCCUPANCY ROOMS WITH KITCHEN FOR AMPUTEES AND WHEEL CHAIR SOLDIER THAT ARE ADA COMPLIANT (9 ROOMS X 365 DAYS = 3,285 ROOMS). HOTELS/MOTELS MUST BE WITHIN 25 MILE RADIUS OF FORT MEADE ARMY INSTALLATION. PERIOD OF PERFORMANCE 01 OCT 2011 - 30 SEP 2012, 3285, EA; LI 009, 0003AA2ND OPTION YEARESTIMATE QUANTITIES FOR DAILY RATES:3 SINGLE OCCUPANCY ROOMS WITH KITCHENS. (3 ROOMS X 365 DAYS = 1,095 ROOMS). HOTELS/MOTELS MUST BE WITHIN 25 MILE RADIUS OF FORT MEADE ARMY INSTALLATION. PERIOD OF PERFORMANCE 01 OCT 2012 - 30 SEP 2013, 1095, EA; LI 010, 0003AB2ND OPTION YEARESTIMATE QUANTITIES FOR DAILY RATES:3 SINGLE OCCUPANCY ROOMS WITH KITCHEN FOR AMPUTEES AND WHEEL CHAIR SOLDIER THAT ARE ADA COMPLIANT. (3 ROOMS X 365 DAYS = 1,095 ROOMS). HOTELS/MOTELS MUST BE WITHIN 25 MILE RADIUS OF FORT MEADE ARMY INSTALLATION. PERIOD OF PERFORMANCE 01 OCT 2012 - 30 SEP 2013, 1095, EA; LI 011, 0003AC2ND OPTION YEARESTIMATE QUANTITIES FOR DAILY RATES:9 SINGLE OCCUPANCY ROOMS WITHOUT KITCHEN. (9 ROOMS X 365 DAYS = 3,285 ROOMS). HOTELS/MOTELS MUST BE WITHIN 25 MILE RADIUS OF FORT MEADE ARMY INSTALLATION. PERIOD OF PERFORMANCE 01 OCT 2012 - 30 SEP 2013, 3285, EA; LI 012, 0003AD2ND OPTION YEARESTIMATE QUANTITIES FOR DAILY RATES:9 DOUBLE OCCUPANCY ROOMS WITH KITCHEN FOR AMPUTEES AND WHEEL CHAIR SOLDIER THAT ARE ADA COMPLIANT. (9 ROOMS X 365 DAYS = 3,285 ROOMS). HOTELS/MOTELS MUST BE WITHIN 25 MILE RADIUS OF FORT MEADE ARMY INSTALLATION. PERIOD OF PERFORMANCE 01 OCT 2012 - 30 SEP 2013, 3285, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Meade intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Meade is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. EFFECTIVE JAN 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. (a) Definitions. As used in this clause(1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation.(2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer.(3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract.(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/.(c) The Contractor may submit a payment request and receiving report using other than WAWF only when(1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF;(2) DoD is unable to receive a payment request or provide acceptance in electronic form;(3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officers determination with each request for payment; or(4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System).(d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract.(e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. An on-site inspection will be conducted of the facility of the apparent successful bidder(s), offeror(s) prior to contract award. The Contracting Officer will evaluate and make a determination based on contractors lodging facilities and price. An acceptable lodging establishment generally has the following: clean fresh smelling bathrooms and bed linens; furnishings are not broken, torn or stained, and appliances are operational.Basis for Contract Award: The Government intends to issue multiple awards without conducting discussions. Award(s) will be made to those contractor(s) who meet the best overall value to the Government. The daily housing rate(s) for this area cannot exceed the per-diem rate(s) specified by U.S. Treasury. All rooms must be within 25 mile radius of Fort Meade Army Installation. All sellers participating must include the location (street address, city, state, zip) of all rooms within their bid description. If all rooms are not at the same location please provide a break-down per location. Offerors must be able to provide all items as detailed in the Performance Work Statement as detailed on the attached solicitation. Supporting documentation is required of all Offerors to detail the specifics of the lodging accommodations either in the bid description or as a separate attachment submitted through FedBid. Interested offerors may submit questions concerning the solicitation NLT Friday, March 11, 2011; cut-off time 12:00 noon eastern standard time. All quantities are estimated. See RFQ clause 52.216-21 Commercial Supply Firm Fixed Price 1 base yr; plus 2 option years. The Government intends to issue multiple awards without conducting discussions. Award(s) will be made to those contractors(s) who meet the best overall value to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ad8329d5cd55250ac2060904bf07c34f)
 
Place of Performance
Address: Fort Meade, MD 20755
Zip Code: 20755
 
Record
SN02399017-W 20110313/110311234431-ad8329d5cd55250ac2060904bf07c34f (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.