Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2012 FBO #3808
SOLICITATION NOTICE

X -- HOTEL REQUIREMENT FOR THE WASHINGTON AIR NATIONAL GUARD (TACOMA AREA)

Notice Date
4/26/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
194UTALODGING
 
Response Due
5/10/2012
 
Archive Date
7/9/2012
 
Point of Contact
Matthew Richard, 509-247-7223
 
E-Mail Address
141 ARW/MSC
(matthew.richard@us.af.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. This is a combined synopsis/solicitation for services 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; quotes are being requested and a written solicitation will not be issued. This requirement is issued as a request for quote (Reference number: 194UTALODGING). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-54 and the Defense Federal Acquisition. Regulation Supplement (DFARS) change notice 20111102. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This solicitation is 100% SMALL BUSINESS, NAICS CODE 721110. The date, time and request for quote offers are due by: 12:00 PM Pacific Time 10 May 2012 to Matthew.Richard@us.af.mil ALL QUESTIONS MUST BE IN ELECTRONIC FORMAT. NO TELEPHONE QUESTIONS WILL BE ENTERTAINED. Vendor must be registered in CCR before contract can be awarded. This requirement is for the following items to be awarded on a Five Year Blanket Purchase Agreement (BPA): CLIN 0001 - The contractor shall furnish all services and materials necessary to provide hotel rooms for UTA (drill) weekends for the Washington Air National Guard. STATEMENT OF WORK DESCRIPTION OF SERVICES: The contractor shall furnish all services and materials necessary to provide hotel rooms for the 194 RSW monthly weekend drills for 12 months or current Fiscal Year timeframe (October-September). Hotels must be within 10 miles of Camp Murray, WA. Hotels will comply with Air Force Golden Eagle Standards. Rooms normally will be double occupied with either two males or two females; unless they are a married couple. NO co-ed accommodations will be made unless requested/specified by the 194 RSW lodging manager in advance. Rooms will be reserved by the 194th lodging manager for all individuals normally within 2 weeks of required UTA weekends. Upon room occupant arrival, contractor will verify name of room occupant against list of names on invoices prior to providing room. Within two days after the UTA weekend the hotel manager will create ONE (1) consolidated invoice listing all rooms and occupants with an easily discernable total for each weekend and invoice for each month. The 194 RSW lodging manager/ 194 SVF technician will validate rooms provided and process acceptance for authorized room charges and proper payment requests. ROOM SCHEDULE AND HISTORICAL QUANITIES: Rooms will be required (one weekend a month) Friday night thru Sunday morning on the following dates: Projected UTA Weekend Schedule For 2012 Calendar Year: 5-6 May 12 2-3 Jun 12 30 Jun -01 Jul 12 4-5 Aug 12 8-9 Sep 12 13-14 Oct 12 3-4 Nov 12 1-2 Dec 12 The above is normally a fixed schedule but may fluctuate. *Some units may combine UTA dates and pull multiple days at a time verses following the actual UTA Weekend Schedule listed. *Note: The number of rooms requested by 194 RSW lodging manager will fluctuate per month based on annual training dates and other unit specific drilling schedules. The information is presented for reference ONLY, based on the anticipated need during past drill weekends. Historically we have requested, on average the following quantities of rooms per month in the past year: Single Room Average Quantity per Month: 63 single rooms. Double Room Average Quantity per Month: 35 double rooms. Average Total of Double and Single Rooms Requested: 98 total rooms historically. ALL ROOM ACCOMODATIONS WILL INCLUDE THE FOLLOWING AT A MINUMUM: -Rooms will be clean, safe and commensurate with hotel industry practices -Occupants must have single access to bathroom and shower -Television with cable -DVD Player -Alarm Clock -Hair Dryer -Microwave -Coffee Pot -Refrigerator -Beds with Linen and Pillows -Iron and Ironing Board Golden Eagle Checklist HOUSEKEEPING (General) [1]Are wastebaskets cleaned and emptied daily? [2]Are floors and carpet clean when major messes are noticed? [3]Is the bed made in accordance with established lodging standards? [4]Are the toilets cleaned daily? Are toilets/showers/bathtubs clean inside/out? [5]Are bathroom vanities, sinks, faucets and mirrors clean? [6]Is bathroom "free" of hair and bugs (windows, floor, walls, ceiling)? [7]Is shower curtain/door clean (to include wiping down underside of glass shower doors, etc.)? [8]Are appropriate number of towels available/provided? [9]Are housekeepers following the guests wishes (don't take the towels when they are not on the floor)? [10]Beds made in accordance with established lodging standards? [11]Is light dusting completed and furniture polished? [12]Is vacuuming/mopping completed? [13]Is overall dusting completed (high & low) and furniture polished? [14]Are bedspreads, blankets, linen, pillows, bathmats, and towels clean? [15]Are floors and carpet clean and free of trash (to include under and behind furniture)? [16]Are walls and ceiling clean (free of smudges, spills, etc.)? [17]Are light fixtures clean, free of bugs? [18]Are countertops, sinks and cabinets (inside & out) clean? [19]Are A/C, heat, exhaust, and return air vents clean? [20]Are windows, sills, and tracks clean? [21]Are fixtures/appliances clean and functioning (i.e., toasters, microwaves, hairdryers, phones, etc.)? [22]Are inside of drawers clean? [23]Is the furniture clean to include free of crumbs/trash between cushions? *The government is not liable for, and will not pay for, items such as in rooms movies, alcohol, room service or any other charges beyond the contracted room occupancy rate. These items must be paid for directly by the room occupant prior to checkout. END STATEMENT OF WORK QASP QUALITY ASSURANCE SURVEILLANCE REPORT (QASP) Performance ObjectiveSOW Para.Performance ThresholdMethod of Surveillance 1. Facility shall have 20-40 guest rooms for drill members. 1.0Accuracy 100%Verified by COR prior to event. 5. Facility will include adequate guest parking located within one block of facility.4.0Accuracy 100%Verified through visual inspection by COR WILL VENDOR ACCEPT PAYMENT BY CREDIT CARD? YES [ ] NO [ ] Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, AND at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (only if over $25K), FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal), FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities) FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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 other factors considered. This is a best value decision. The following factors shall be used to evaluate offers: Price, technical acceptability, compliance with AF Golden Eagle Standards and local reputation - The Government will evaluate offers for award purposes FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable, 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 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (Services Only) FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-99 (DEV), Notification of Employee Rights under the National labor Relations Act, (Only if over $100K) FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.226-6 - Promoting Excess Food Donations to Nonprofit Organizations (Food Services over 25k), FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.237-7, Indemnification and Medical Liability Insurance, (Applicable only for medical contracts), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, 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. DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III 52.232-18 Availability of Funds. As prescribed in 32.705-1(a), insert the following clause: AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) WAGE DETERMINATION: WD 05-2565 (Rev.-11) was first posted on www.wdol.gov on 06/17/2011
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/194UTALODGING/listing.html)
 
Place of Performance
Address: 194 RSW Washington Air National Guard Camp Murray WA
Zip Code: 98430
 
Record
SN02732532-W 20120428/120427000047-0e96a86c3052bd105dfd0d33278d1463 (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.