SOLICITATION NOTICE
V -- Extended Stay Lodging in Boston, MA - Attachment 1- Minimum Requirements - Attachment 2 - Terms & Conditions - Attachment 2 - Q&A
- Notice Date
- 4/18/2016
- Notice Type
- Cancellation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC Norfolk (N40442), Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N32205-16-T-2373
- Archive Date
- 5/25/2016
- Point of Contact
- Paula M. Poe, Phone: 7574435813
- E-Mail Address
-
paula.poe@navy.mil
(paula.poe@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 3 is some Questions and Answers for interested vendors regarding the BPA. Attachment 2 is the draft BPA including applicable clauses, terms and conditions. Attachment 1 to this notice provides the minimum lodging requirements and requisite documentation to secure BPA. Department of Navy, Military Sealift Command (MSC), intends to issue Blanket Purchase Agreements (BPA's) to eligible vendors to provide MSC personnel, such as Civil Service Mariners (CIVMARS), extended stay type lodging in Norfolk, VA ( facility must be within a 15 mile driving distance of designated facility ) for periods normally exceeding 30 days during ship repair periods. The Government intends to award multiple BPA's to maximize competition for each order (Call). BPA's may be established with small and large business concerns. The Government reserves the right to set-aside individual Calls for small business concerns. The BPA's shall remain in effect for up to five (5) years. BPA's may be issued directly with the hotel property or with third party vendors representing the property. Please note that MSC does NOT have a preferred third-party management company nor is it "partnered" with any vendor. This procurement action is being synopsized unrestricted. The NAICS Code is 721110. The Small Business Size Standard is $32.5 Million. Resultant BPA Calls will be Firm Fixed Price (FFP). Attachment 1 to this notice provides the minimum lodging requirements and requisite documentation to secure a BPA. Attachment 2 is the draft BPA including applicable clauses, terms and conditions. Attachment 3 is some Questions and Answers for interested vendors regarding the BPA. Only vendors that satisfy the minimum lodging criteria should express an interest to the Government at this time. The minimum lodging requirements are not subject to change. Interested vendors that satisfy the minimum lodging criteria shall need to have an on-site inspection of the proposed facility prior to BPA issuance and provide the requisite documentation included in the attachment to this notice (requisite documentation may be subject to revision by the Government depending on documentation provided in specific locations by the local government). Interested third party vendors must contact the specific property and secure their willingness to be represented by the interested third party prior to contacting the Government for BPA issuance. In addition, third party vendors representing a specific property must be present during the scheduled on-site inspection of the property and meeting with Government personnel. To be eligible for BPA award, contractors must create and maintain a System for Award Management (SAM) and a Wide Area Workflow (WAWF) profile. Website addresses to these online applications are https://www.sam.gov/ and https://wawf.eb.mil, respectively. WAWF is the only authorized method to electronically process vendor requests for payment. This notice does not constitute a request for proposals and submission of any information in response to this sources sought is purely voluntary. The Government assumes no financial responsibility for any costs incurred. The Government is not responsible for notifying respondents of the result of this notice. Interested vendors are asked to express their interest in writing, provide their Commercial and Government Entity (CAGE) code, and identify point of contact information to Paula M. Poe at paula.poe@navy.mil by 10 May 2016. Subsequent to the above date, interested vendors will be asked to present the requisite documentation and make arrangements for an on-site inspection of the property. The Government intends to conduct on-site inspections in June or July 2016. For any questions regarding this procurement, please contact Paula M. Poe at 757-443-5813 or paula.poe@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2eeb247d95e83b8822640704314b070d)
- Place of Performance
- Address: Facility must be within a fifteen (15) mile radius of BAE System Norfolk Ship Repair, INC 750 West Berkley Avenue, Norfolk, VA 23523; Colonna’s Shipyard 400 East Indian River Road, Norfolk, VA 23523; or Marine Hydraulics International (MHI) 543 East Indian River Road, Norfolk, VA 23532., Norfolk, Virginia, 23523, United States
- Zip Code: 23523
- Zip Code: 23523
- Record
- SN04087063-W 20160420/160418234331-2eeb247d95e83b8822640704314b070d (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 |