Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 1,1997 PSA#1814

Department of the Treasury (DY) -- US Customs Service, Field Procurement Svcs. Group, 6026 Lakeside Blvd., Indianapolis IN 46278

V -- HOTEL/MOTEL LODGING SOL CS-I-97-008 DUE 041697 POC Contract Administrator, Carol A. Faddis (317) 298-1180, x 1130 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 number CS-I-97-008 is issued as a request for proposal (RFP) and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 90-46. The standard industrial classification code (SIC) is 7011. The small business size standard is $5.0 million in average annual receipts. This requirement will result in an indefinite delivery -- indefinite quantity contract. This requirement includes one (1) contract line item number (CLIN) 0001 for hotel/motel lodging services at one site in Front Royal, Virginia. The base period is from date of award through September 30, 1997. The base period includes a minimum of 100 nights and a maximum of 2500 nights. Option Period I, which is from October 1, 1997 through September 30, 1998 includes a minimum of 50 nights and a maximum of 7800 nights. Option Period II, which is from October 1, 1998 through September 30, 1999, includes a minimum of 50 nights and a maximum of 7800 nights. Option Period III, which is from October 1, 1999 through September 30, 2000, includes a minimum of 50 nights and a maximum of 7800 nights. Option Period IV, which is from October 1, 2000 through September 30, 2001, includes a minimum of 50 nights and a maximum of 7800 nights. Applicable standards for rooms are the Hotel and Motel Fire Safety Act of 1990 and the State of Virginia Hotel Standards. Guest rooms shall contain at least 180 square feet of living area including bedroom, bathroom, closet, and hallway. Guest rooms shall be single occupancy and shall consist of, as a MINIMUM, one (1) double bed, one bedside table with reading lamp, two side chairs, one dresser, one desk with desk chair and reading lamp, one 18" color television, a mini-refrigerator with ice maker, dead bolt lock, carpet, telephone with 24-hour service. Local calls and calls between rooms shall be at no cost to the occupant or the government. Non-smoking rooms shall be available upon request. A microwave oven, washer, and dryer shall be available on-site for use on a 24-hour basis. All rooms shall be cleaned daily, including vacuuming, by 4:00 p.m. each day. Bathroom towels shall be changed daily; bed linens shall be changed, at a minimum, three times a week. Customs Service personnel shall have access to facilities and services accorded all hotel/motel guests. The hotel/motel must have a minimum of 35 rooms, on one site, in Front Royal, Virginia. Contractor will be notified of the exact number of rooms needed at least 15 days in advance of each requirement. Contractor will also be provided a listing of names of occupants as soon as the information is available. Daily costs of rooms shall not exceed the current government per diem, at time of award. Daily costs of rooms shall not be affected by seasonal bookings. The following FAR clauses and provisions apply: 52.212-1, Instructions to Offerors -- Commercial Items 52.212-2, Evaluation -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items. The following FAR clauses in paragraph (b) of 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items will apply to the resultant contract: 52.203-6, 52.219-8, 52.219-14, 52.222-26, 52.222-35, 52.222-37, 52.225-3, 52.222-41, 52.222-42, 52.222-43. Evaluation of options shall not obligate the government to exercise the option(s). Proposals should includes the following: a description of the rooms offered, the room furnishings, the type of smoke detectors, and any other pertinent information to reflect that your establishment meets the minimum requirements of this solicitation. The proposal should also include a statement that the hotel/motel meets all the terms of the Hoteland Motel Fire Safety Act of 1990. The proposal should include the cost of rooms for the base period and each option period. Offerors should include a completed copy of the provisions at 52.212-3, Offeror Representations and Certification -- Commercial Items, with their proposals. The government will evaluate offers for award purposes by adding the total price for all option periods to the total price for the base period. The government will make contract award to the offeror whose technical proposal is determined acceptable, whose price is found to be fair and determined responsible pursuant to FAR 9.104-1. The government may evaluate proposals and make award without discussion. The proposed contract is 100% set aside for small business concerns (See numbered Note 01). Proposals are due on Wednesday,April 16, 1997, at 3:30 p.m., local time. Late proposals will not be considered. Proposals shall be addressed as follows: U.S. Customs Service, Field Procurement Services Group, Attention: Carol A. Faddis, 6026 Lakeside Boulevard, Indianapolis, Indiana 46278. (0087)

Loren Data Corp. http://www.ld.com (SYN# 0090 19970401\V-0001.SOL)


V - Transportation, Travel and Relocation Services Index Page