Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 12, 2001 PSA #2805
SOLICITATIONS

V -- FURNISH LODGING FOR SOLDIER/STUDENTS (USAR, ARNG) IN SUPPORT OF THE TOTAL ARMY SCHOOL SYSTEM (TASS) BATTALIONS FOR THE PERIOD 17 MARCH THROUGH 30 SEPTEMBER 2001.

Notice Date
March 8, 2001
Contracting Office
Directorate of Contracting, 1830 Quartermaster Road, Fort Lee, VA 23801-1606
ZIP Code
23801-1606
Solicitation Number
DABT59-01-R-0004
Response Due
March 15, 2001
Point of Contact
Tim Wills 804-734-4599/Lynn Holder 804-734-4570
E-Mail Address
holderl@lee.army.mil (willst@lee.army.mil)
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. The solicitation number is DABT59-01-R-0004 and is issued as a request for proposal (RFP). A Firm Fixed Price Requirements Contract will be awarded as a result of subject solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23. This solicitation will be issued as unrestricted -- full and open competition. The NAISC Code is 72111. Those companies with less than $5 Mil in revenue are considered small business. CLIN 0001, 44 Double Rooms, 17 Mar 30 Mar 01, CLIN 0002, 44 Double Rooms, 20 Apr 04 May 01, CLIN 0003, 31 Double Rooms, 12 May 26 May 01, CLIN 0004, 82 Double Rooms, 02 Jun 16 Jun 01, CLIN 0005, 5 Double Rooms, 14 Jun 30 Jun 01, CLIN 0006, 120 Double Rooms, 08 Jul 21 Jul 01, CLIN 0007, 37 Double Rooms, 28 Jul 11 Aug 01, CLIN 0008, 72 Double Rooms, 18 Aug 31. The contractor's facility for lodging shall be located within a 10-mile radius of the main entrance to Fort Lee, VA. The sleeping facilities furnished shall be solely on the basis of one individual to a bed with no more than two individuals to a room for double occupancy. Male and female soldier/students shall not be lodged in the same room. Guest rooms provided for two individuals (double occupancy room) under this contract shall contain two beds with high quality mattress a minimum of 39 inches wide by 75 inches long. Rollaway beds or sofa beds will not be used. All quantities listed in the Schedule are the government's best estimate of the quantity that may be ordered during the term of the contract. The estimates are not a representation to offerors that estimated quantity will be required or ordered, or that conditions affecting requirements will be stable or normal. The quantities listed in the CLINS are estimates only and actual figures will be identified on individual delivery orders that will be issued for each CLIN. Funds will be obligated by individual delivery orders. Offerors shall submit a price for each line item in order to be considered for award. Only one award will be made under this solicitation. The cost for occupancy tax only is to be added to the room rate. Government is tax exempt for all other taxes. Individual occupants will be responsible for payment of all incidentals outside of the room rate and occupancy tax. The Contractor shall reserve requested rooms until 9:00 PM each evening. No payment shall be made for rooms held until 9:00 PM and not utilized by the Government due to cancellation or no shows. However, the Contracting Officer/ordering officer or his/her designated representative shall make final notification by 4:30 PM of the number of rooms that shall be held after 9:00 PM. Payment for this number of rooms shall be made whether occupied or not. Invoices shall be prepared by the Contractor to show for each room by check-in and check-out dates. The Contractor shall not knowingly conduct gambling, drug sales or other illegal acts within his/her establishment. The Contractor shall provide a security guard or an electronic surveillance system during the time and in the area where soldier/students are lodged. While soldier/students are lodged at the Contractor's facility, security shall be provided between the hours of 4:00 PM and 5:00 AM. The Government assumes no liability for damage caused by the soldier/students to lodging facilities, their grounds, equipment and contents. The Contractor may prosecute soldier/students for damages with local civilian police authorities. A statement that the provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. FAR 52.212-2, Evaluation -- Commercial Items applies. Evaluation criteria: 1. The Contractor shall submit a Management Plan to the Contracting Officer along with his proposal. The Management Plan shall reflect an understanding of all tasks required for the housing of the reservists. 2. Prior to contract award the Contracting Officer and the reservist coordinator will inspect prospective contractor's facilities to determine if the facilities are in compliance with standard commercial hotel practices. 3. Price -- Factors 1 and 2 will be evaluated on a pass or fail basis. Those proposals that are found to be technically acceptable will be further evaluated based on the price. Award will be made to the most technically acceptable, lowest priced offer. All offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To implement Statutes or Executive Orders -- Commercial Items, applies with the following FAR clauses which will apply to the resultant contract: 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-41 Service Contract Act of 1965 Wage Determination 1994-2545, Rev Number 15, Dated 9/19/00 is hereby incorporated. It can be viewed at the following web address: http://acqnet.sarda.army.mil/labor. DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items, 252.204-7004 Required Central Contractor Registration, FAR 52.216-19, Order Limitations, a: Minimum Order. When the Government requires supplies or services covered by this contract in am amount of less than 5 double rooms, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. b. Maximum Order. The Contractor is not obligated to honor (1) Any order for a single item in excess of 120 double rooms, (2) Any order for a combination of items in excess of 150 double rooms, (3) A series of orders from the same ordering office within 10 days. 52.216-21, Requirements, Contractor shall not be required to make any deliveries under this contract after 5 September 01. 52.216-18, Ordering, Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders by the activities designated in the schedule. Such orders may be issued from March 16, 2001 through August 31, 2001. FAR 52.247-34 F.O.B. Destination, FAR 52.225-11 Restrictions on Certain Foreign Purchases, 52.216-1 Type of Contract The Government contemplates award of a Firm Fixed Price Requirements Type Contract resulting from this solicitation. Contract Award a. The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, cost or price and other factors considered. b. The Government may (1) reject any or all offers if such actions are in the public interest, (2) accept other than the lowest offer, and (3) waive informalities and minor irregularities in offers received. c. The Government may award a contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the offeror's best terms from a cost or price and technical standpoint. Offerors not in possession of the above referenced clauses in full text may obtain them at http://acqnet.sarda.mil. Responses to this solicitation are due by 1:00 p.m. on 15 March 2001 and should be mailed to: Directorate of Contracting, ATTN: Tim Wills, 1830 Quartermaster Road, Fort Lee VA 23801-1606. Please reference solicitation number on your proposal. Offers must be in writing. Offers via fax will NOT be accepted. Offerors must be registered or get registered in the Central Contractor Registration Database to be eligible for award (Ref DFAR 252.204-7004). To verify registration, Cage Code, Duns # and Federal Tax ID # must be provided. Questions concerning this solicitation should be addressed to Tim Wills, 804-734-4599, FAX 804-734-4633. EMAILADD: willst@lee.army.mil
Record
Loren Data Corp. 20010312/VSOL001.HTM (W-067 SN50F6N6)

V - Transportation, Travel and Relocation Services Index  |  Issue Index |
Created on March 8, 2001 by Loren Data Corp. -- info@ld.com