SOLICITATION NOTICE
10 -- Lodging - Riverside, CA area, 24 July 2011 to 6 August 2011.
- Notice Date
- 7/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- MICC Center - Fort Dix (RC)(Joint Base McGuire/Dix/Lakehurst), 5418 South Scott Plaza 3rd Floor, Fort Dix, NJ 08640-5097
- ZIP Code
- 08640-5097
- Solicitation Number
- W91LV2-11-T-0025
- Response Due
- 7/14/2011
- Archive Date
- 9/12/2011
- Point of Contact
- John W. Fields, (609) 562-2702
- E-Mail Address
-
MICC Center - Fort Dix (RC)(Joint Base McGuire/Dix/Lakehurst)
(john.w.fields.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- 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. Solicitation # W91LV2-11-T-0025 is hereby issued as a Request for Quote (RFQ) for Lodging Services in the Riverside, CA area from 24 July 2011 to 6 August 2011. This procurement is being issued as a total small business set-aside. Only small businesses under NAICS Code 721110 are being solicited resulting in a COMPETITIVELY awarded purchase order contract. The small business size standard for NAICS code 721110 is $30,000,000 or less. NOTE: The small business size standard for Hotels has recently been increased from $7.5 M to $30 M. All vendors are requested to update their CCR records to reflect any changes that may be necessary to reflect their current size standard. The anticipated award will be a Firm-Fixed Price (FFP)-type contract. Offeror's must submit quotes on the full quantity identified. Award shall be made to a single offeror. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to provide contracted services as set forth below and in the attachments. HOTEL REQUIREMENTS: Facility with full restaurant, business support services, handicap access, and high-speed Internet access in the guest rooms. Guest services shall include exercise facility and baggage storage area. Guestrooms shall provide either double or king beds. NOTE: The Hotel must have an Onsite - Restaurant that can provide both Breakfast and Dinner Meals for Guests. LOCATION: The Hotel must be within 12 miles driving distance from the following address: 14945 4th Street, Riverside, CA 92518. QUOTES MUST INCLUDE THE FOLLOWING INFORMATION. FAILURE TO SUBMIT ANY OF THE FOLLOWING INFORMATION MAY RESULT IN YOUR BID BEING DEEMED NON-RESPONSIVE: a) A list of three (3) references for a similar stay. References shall include; name/point of contact, address, phone number, and email address b) A list of facility amenities c) Pricing, CAGE code, DUNS number, and Federal Tax ID d) A statement confirming that your company is registered in ORCA or a copy of your company`s Representations and Certifications completely filled out e) For third party vendors, your quote shall include the additional information requested in the paragraph listed below. Failure to provide this information with your quote may deem your quote to be technically unacceptable and/or non-responsive. THIRD PARTY PROVIDERS - Third party providers should include the additional information requested in the paragraph listed below ----Failure to provide this information with your quote may deem your quote non-responsive. This is NOT a solicitation for Event Planning Services. For a proposal submitted by an offeror that is not a hotel, the offeror must describe in its proposal the technical approach for the offeror's services as a prime contractor and forward a copy of a signed, written agreement between the offeror and a representative who has binding authority of stated hotel facility. This agreement must state that it covers the period of performance requested in the solicitation. In addition, a copy of all insurances(s) (standard business, liability, extraordinary insurances) must be submitted with the offeror's technical proposal for evaluation purposes. Again, this is not a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. The technical approach must state that a lodging representative from the winning bidder will be on-site and available full-time for the entire performance of the contract. ONLY ONE QUOTE PER CONTRACTOR WILL BE CONSIDERED. ANY QUOTES NOT RECEIVED BY THE DUE DATE AND TIME SPECIFIED IN THIS ANNOUNCEMENT WILL BE REJECTED. ADDITIONALLY, ANY INCOMPLETE PROPOSALS NOT CONTAINING THE REQUIRED INFORMATION AS STATED IN THIS SOLICITATION/SYNOPSIS MAY BE REJECTED. It is the offeror's responsibility that all quotes submitted, regardless of method of transmission, are received in this office prior to the time and date for receipt of quotes. Anywhere in this solicitation where the term "offer" is used, it is hereby changed to read "quote". Anywhere in this solicitation where the term "offeror" is used, it is hereby changed to read "Contractor". NOTE: The final quoted price(s), both total and individual, MUST include all applicable taxes, fees, gratuities, commissions, service charges, etc...NO EXCEPTIONS. THE FEDERAL GOVERNMENT IS TAX EXEMPT. PROVISIONS/CLAUSES: The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. It is the responsibility of the offeror to review the web page for notice of amendments, updates, or changes to the solicitation. See attached RFQ for all provisions and clauses that will/may apply to this solicitation and/or purchase order contract. The contractor is put on notice that the Government will not be held liable for any requirement that is to be paid for by participants or any amounts associated with those items, including any guaranteed minimum purchases that the contractor may require. All potential offeror's must obtain a DUNS number and register in the Central Contractor Register (CCR) in order to do business with the Government. Failure to obtain a DUNS number and register in the CCR may result in the delay of award of a contract or possible award to the next otherwise successful offeror who is registered in the CCR at the time of award. BASIS OF AWARD: In accordance with FAR 52.212-2, the Government will 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 offer factors considered. The Government reserves the right to make no award or partial award under subject Solicitation. The following evaluation criteria shall be used to evaluate offers: Technical - Facility Assessment consisting of cleanliness, security and amenities, Past Performance and Price. REQUIRED RESPONSE DATE: Quotes MUST be received by 05:00 PM Eastern Standard Time (EST) on 14 July 2011. Quotes are to be emailed to John Fields, Contract Specialist, at john.w.fields.civ@mail.mil or faxed to 609-562-3625. An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be addressed to John Fields, Contract Specialist, via email at the address provided above. All questions or inquiries must be submitted in writing and NLT 2:00PM (EST) on 14 July 2011. Questions received after that time could go unanswered. Quotes are being requested and a written solicitation will not be issued.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/15980c591736f4249881271e1f91ef57)
- Place of Performance
- Address: MICC Center - Fort Dix (RC)(Joint Base McGuire/Dix/Lakehurst) 5418 South Scott Plaza 3rd Floor, Fort Dix NJ
- Zip Code: 08640-5097
- Zip Code: 08640-5097
- Record
- SN02495735-W 20110714/110712234554-15980c591736f4249881271e1f91ef57 (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 |