Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2015 FBO #5024
DOCUMENT

V -- Lodgetel Temporary Lodging - Lee County - Attachment

Notice Date
8/24/2015
 
Notice Type
Attachment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 315, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA24815Q1774
 
Response Due
9/11/2015
 
Archive Date
10/11/2015
 
Point of Contact
Reginald Nettles
 
E-Mail Address
ld.Nettles2@va.gov<br
 
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; quotes are being requested and a written solicitation will not be issued. Solicitation number is VA248-15-Q-1774 and is issued as a Request for Quote (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-76, effective 25 August 2014. This solicitation starts 08/24/2015 and will end 09/09/2015 at 16:00 pm EST and is set aside for 100% small business Network Contracting Activity 8 - Service Area Office -East intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed Price contract line items (CLIN) for a service contract for 24/7, Sunday through Thursday, Lodgetel services consisting of seven (7) furnished hotel or motel rooms per day and two (2) American with Disabilities Act (ADA) compliant single occupancy rooms with complementary shuttle service between the hotel and Lee County Healthcare Center (hereinafter LCHCC), located at 2489 Diplomat Parkway Cape Coral, FL for authorized eligible Veterans. Owner/Operators facilities shall meet the requirements of State of Florida 509 Statues and all Federal Regulations. Room rates shall be consistent with Federal Travel Regulations (FTR); the link is http://www.gsa.gov/portal/content/104790. This procurement is being conducted under the FAR part 13 and simplified acquisition procedures apply. The intent is to award an IDIQ Firm-Fixed Price service contract with a Period Of performance of 1 Oct 2015 - 30 Sep 2016. The North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $32.5 million. This procurement is a total small business set-aside and all eligible offerors may submit quotes. All offerors shall be registered in the System for Award Management (SAM) at https://www.sam.gov; and www.vetbiz.gov, if applicable, to be considered for an award of a federal contract. The record shall be complete and not missing elements such as representations and certifications. Contractors interested in providing these services should submit their quotes via email to Reginald.Nettles2@va.gov. Quotes shall be received 9 Sep 2015 at 16:00 p.m. Eastern Time Zone and reference the solicitation number. Please direct all questions regarding this procurement to Reginald L. Nettles, Contracting Specialist by phone at 727-399-3302 or fax 727-399-3346. The deadline for Request for Information (RFI) is 2 Sep 2015. The following Contract Line Items (CLINS) are applicable to this requirement. For detailed service description review the attached SOW. Primary FOB location is Lee and/or Charlotte counties. SCHEDULE OF SERVICES The contractor shall be responsible for providing 24-7, Sunday through Thursday, Lodgetel services consisting of seven (7) furnished hotel or motel rooms per day and two (2) American with Disabilities Act (ADA) compliant single occupancy rooms with complementary shuttle service between the hotel and Lee County Healthcare Center (hereinafter LCHCC), located at 2489 Diplomat Parkway Cape Coral, FL for authorized eligible Veterans; in accordance with the terms and conditions herein. Contractors shall quote prices for all of the following Contract Line Item Number(s): CLINDESCRIPTIONQUANTITYUNITUNIT PRICETOTAL 0001Seven (7) furnished hotel or motel rooms per day and two (2) American with Disabilities Act (ADA) compliant single occupancy rooms. 24/7, Sunday - Thursday weekly. Total estimate of 9 rooms per day. Estimated Period of Performance: 1 Oct 2015 -30 Sep 2016 261Day 0002Complementary shuttle service between the hotel and Lee County Healthcare Center (LCHCC), located at 2489 Diplomat Parkway Cape Coral, FL. 24/7 Sunday - Thursday weekly.1JB The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm FAR Provisions: 52.202-1Definitions (Nov 2013) 52.204-5 Women-Owned Business (Other Than Small Business) (Oct 2014) 52.204-7System for Award Management (JUL 2013) 52.204-8Annual Representations and Certifications (Nov 2014) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) 52.209-7Information Regarding Responsibility Matters (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) QUOTATION SUBMISSION Offerors shall submit quotes electronically by the date and time in accordance with the Request for Quote instructions. The Offerors quote shall consist of three (3) volumes: Volume I -Technical; Volume II - Past Performance; and Volume III - Price. Offerors responses shall be submitted in accordance with the following instructions: a)Format. The proposal submission shall be clearly indexed and logically assembled. All pages of each index shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Quote page limitations are applicable to this procurement. The maximum page count is 25. Page size shall be no greater than 8 1/2" x 11" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1") each. Font size shall be no smaller than 12-point using Arial, Calibri, or Times New Roman fonts. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. Footnotes to text shall not be used. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror's page limitations unless otherwise indicated. Pages in violation of these instructions, either by exceeding the margin, font or spacing restrictions or by exceeding the total page limit for a particular volume, will not be evaluated. Pages not evaluated due to violation of the margin, font or spacing restrictions will not count against the page limitations. The page count will be determined by counting the pages in the order they come up in the print layout view. b)File Packaging. Files may be compressed (zipped) into one file entitled "quote.zip" using a file compression program (i.e. WinZip) or quote files may be submitted individually. c)Content Requirements. The Offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. 52.212-2 Evaluation-Commercial Items (JAN 1999) The Government will award a firm fixed priced Indefinite Delivery Indefinite Quantity (IDIQ) contract to the responsible offeror who is the lowest priced technically acceptable. In order to be rated Technically Acceptable all technical factors shall be rated as pass. Offeror shall demonstrate their ability to meet these factors with their offer in accordance with Paragraphs A - C below, and offers shall meet the minimum qualifications below in order to be evaluated. Technical acceptability is rated as pass or fail based on the following: A. Technical. 1)Shall list and document all room: furnishing, dimensions, rates, availability, and distance from Lee County Healthcare Center as specified in the SOW in section A(2)(a-e). 2)Shall provide documentation of compliance with ADA, Fire Safety, and building codes IAW Florida 509 Statutes. (see D(a-b)) 3)Shall provide Operator's Licenses IAW Florida 509 Statutes. 4)Shall proof of insurance required by County, State, and Federal for fire, flood, theft, and Liability IAW Florida 509 Statutes. 5)Shall provide information regarding mode of transportation to include driver's history and insurance information. (required but not mandatory) (F) 6)Shall provide vehicle information size, type, year, passenger capacity, and insurance information. (required but not mandatory) (F) 7)Shall provide a list of key personnel: Managers Assistant Managers Accounts Managers Hospitality Managers Drivers B.Past Performance. Offerors shall provide a minimum of three (3) identified references when submitting their quote. Emphasis will be on recent, relevant past performance. Recent is defined as work performed within the last three years. Relevant is defined as work similar in size and scope of the work described in the Statement of Work (SOW). C.Price. The offeror shall complete the Price/Schedule for and submit a breakdown that shows the basis for pricing including: equipment, operating supplies, and any additional costs. FAR Provisions: 52.212-3 Certifications and & Representations (NOV 2013) 52.216-1Type of Contract (APR 1984) The Government contemplates award of a Firm-Fixed Priced contract resulting from this solicitation. 52.233-2Service of Protest (SEP 2006) VAAR Provisions: 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71Alternative Protest Procedure (JAN 1998) 852.252-70Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1Representatives of Contracting Officers (JAN 2008) 852.273-74Award Without Exchanges (JAN 2003) FAR Clauses: 52.203-5Covenant Against Contingent Fees (May 2014) 52.203-6Restrictions on Subcontractor Sales to the Government. (Sep 2006) 52.203-7Anti-Kickback Procedures (May 2014) 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (Apr 2014) 52.204-4Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-4 Contract Terms and Conditions- Commercial Items (SEP 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013) o52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) o52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) o52.222-3Convict Labor (JUN 2003) o52.222-19 Child Labor - Cooperation with Authorities and Remedies (MAR 2012) o52.222-21 Prohibition of Segregated Facilities (FEB 1999) o52.222-26 Equal Opportunity (MAR 2007) o52.222-35 Equal Opportunity for Veterans (SEP 2010) o52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) o52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) o52.232-33Payment by Electronic Funds Transfer- System for Award Management (JUL 2013) 52.219-13Notice of Set-Aside of Orders (Nov 2011) 52.232-40Providing Accelerated Payment to Small Business Subcontractors (DEC 2013) 52.237-3Indemnification and Medical Liability Insurance (JAN 2008) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70Commercial Advertising (JAN 2008) 852.203-71 Display of Department of Veterans Affairs hotline poster 852.215-71 Evaluation Factor Commitments (DEC 2009) 852.228-71 Indemnification and Insurance (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70Contractor Responsibilities (APR 1984)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24815Q1774/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-15-Q-1774 VA248-15-Q-1774_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2271768&FileName=VA248-15-Q-1774-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2271768&FileName=VA248-15-Q-1774-000.docx

 
File Name: VA248-15-Q-1774 P09 - SOW (FINAL DRAFT).pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2271770&FileName=VA248-15-Q-1774-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2271770&FileName=VA248-15-Q-1774-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03852472-W 20150826/150824235508-751575ef8614ac6403c3ec7ea6b4b112 (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.