SOLICITATION NOTICE
V -- USNS GRASP Lodging Requirement
- Notice Date
- 10/24/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-12-T-6002
- Archive Date
- 11/11/2011
- Point of Contact
- Kate M. Petti, Phone: 7574435964
- E-Mail Address
-
kate.petti@navy.mil
(kate.petti@navy.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 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Military Sealift Fleet Support Command (MSFSC), Naval Station Norfolk, VA intends to award a firm-fixed price purchase order from the following notice: Solicitation Number: N40442-12-T-6002 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-50 effective 16 March 2011. NAICS Code 721110 applies. This is a Small Business set-aside. The requested period of performance for the below service is 02 November 2011 to 14 January 2012 (15 January 2012 move out date) for twenty-one (21) hotel rooms. Test Program for Commercial Items: This requirement will be awarded using the procedures under FAR Part 13.5 Test Program for Commercial Items of the Clinger-Cohen Act of 1996. The following FAR Part 13 Simplified Acquisition Procedures shall be used: Quotes shall be solicited and a purchase order issued to the successful offer who submits the lowest price with acceptable technical and past performance evaluation. Award will be made for all parts. FAR Part 13 Purchase Order procedures shall supersede any contrary procedures set forth or incorporated by reference in this solicitation. Statement of Work Department of Labor (DoL) Wage Determination (WD) applies: WD 1995-0561 (Rev.-23) dtd. 13 June 2011. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA will issue a firm fixed price purchase order for USNS GRASP (T-ARS 51) under the authority and procedures of Federal Acquisition Regulation (FAR) Subpart 13.5 (Test Program for Certain Commercial Items) for the following service: Civilian Mariner (CIVMAR) extended stay lodging requirements for USNS GRASP (T-ARS 51) in New York, New York. Contractor shall provide lodging for CIVMAR and MILDEPT employees on the USNS GRASP for approximately 74 days. (See detailed quantity and performance period below). Rates are not to exceed those in the Joint Travel Regulation (JTR). CLIN 0001: CIVMAR Lodging 02 November 2011 - 14 January 2012 (Move out 15 January 2012) Seventeen (17) Hotel Rooms x 74 days = 1,258 days (1,258 days x rate per day = total cost) CLIN 0002: MILDEPT Lodging 02 November 2011 - 14 January 2012 (Move out 15 January 2012) Four (04) Hotel Rooms x 74 days = 296 days (296 days x rate per day = total cost) Contractor must be actively registered in the Central Contractor Registration https://www.bpn.gov/ccr/. The above numbers and dates are estimates. Payment will be made on actual usage. Should the Government need to extend the move-out dates beyond the dates stated above, it will do so on a day-to-day basis and through mutual agreement of the contracting parties in accordance with FAR Clause 52.212-4 (c). Facility / Hotel Minimum Requirements: Each hotel room shall be equipped with the following minimum requirements: • 1-2 Room suites • AAA 3 Diamond rated facility or higher • Kitchenette: complete with cooking utensils, microwave, refrigerator, stove top burners, and onsite functional washers and dryers. • Facility shall not be under construction or major renovation during the performance period. • Facility must be listed on the current Hotel-Motel National Master List as required by PL101-391, http://www.usfa.dhs.gov/applications/hotel/. • Vendor must have DUNS Number, valid registration in Central Contractor Registration (CCR), and valid representations and certifications on http://orca.bpn.gov/. Location: Facility must be within a 15 mile driving distance of Brooklyn DryDock, 63 Flushing Avenue, Building 595, Unit 162, Brooklyn, New York 11205, using www.mapquest.com website, and travel cannot require crossing a bridge or tunnel. The commute time between the lodging facility and the Brooklyn Drydock must not exceed one hour each way during normal peak hours. Note: A list of the crewmembers will be provided to the vendor after award. Instructions to Quoter Offer must be submitted by 2:00pm local Norfolk, VA time 27 October 2011. Submit quote to Kate Petti via email kate.petti@navy.mil/ The following FAR and DFAR provisions and clauses apply to this solicitation and are hereby incorporated by reference: 52.203-13 Contractor Code of Business Ethics and Conduct 52.204-7 Central Contractor Registration 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Clauses within 52.212-5 are hereby incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Subcontract Awards 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-28 Post Award Small Business program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity; Special disabled Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Eligible Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. 52.222-41 Service Contract Act of 1965 52.223-18 Contractor Policy to Ban Texting while Driving 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration 52.215-5 Facsimile Proposals 52.222-54 Employment Eligibility Verification 52.222-99 Notification of Employee Rights under the National Labor Relations Act 52.247-34 FOB Destination 252.204-7004(Alt A) Required Central Contractor Registration 252.204-7008 Export - Controlled Items 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252-209.7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252-211-7003 Item Identification and Valuation Alternate I 252-212-7000 Offeror Representations and Certification - Commercial items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items Clauses within 252.212-7001 are hereby incorporated: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7000 Buy American Act Balance of Payment Program Act 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payment 252.243-7002 Request for Equitable Adjustment 252.246-7003 Notification of Potential Safety Issues 252.247-7023 Transportation of Supplies by Sea. The following FAR provisions and clauses apply to this solicitation and are hereby incorporated by full text: 52.209-7 Information Regarding Responsibility Matters (Jan 2011) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) I f the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database at http://www.ccr.gov (see 52.204-7). (End of provision) 52.233-2 Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed direct with an agency and copies of any protest that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt form Military Sealift Fleet Support Command, N10 Attn: Elloise Hitshew, 471 "C" Street, Naval Station Norfolk, VA 23511. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Addendum to 52.233-2 Service of Protest Interested parties may request an independent review of their protest as an alternative to consideration by the Contracting Officer or as an appeal of the contracting officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the Contracting Officer prior to filing a protest. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation N40442-12-T-6001 are due at 1400 (2:00 PM) local time, Norfolk, VA on October 27, 2011. LATE QUOTES WILL NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to kate.petti@navy.mil or faxed via 757-442-5979. Please reference the solicitation number on your quote. Award will be based on low price with acceptable technical and past performance evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-12-T-6002/listing.html)
- Place of Performance
- Address: Brooklyn, New York, United States
- Record
- SN02611843-W 20111026/111024234106-e3846731316ee97fdb6fcd2715e9c343 (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 |