Federal Bid

Last Updated on 23 Apr 2011 at 8 AM
Combined Synopsis/Solicitation
Alameda California

USNS SIOUX (T-ATF 171) Crew Lodging

Solicitation ID N40442-11-T-6031
Posted Date 01 Apr 2011 at 1 PM
Archive Date 23 Apr 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Alameda California United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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.
The solicitation number is N40442-11-T-6031 and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34, effective 01 Jul 09.

NAICS code 721110 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is NOT a small business set-aside.

Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for the following service:

Civilian Mariner & Military lodging requirements for USNS SIOUX (T-ATF 171) in the Alameda, CA area:

LODGING MINIMUM REQUIREMENTS: 1-2 ROOM SUITES AT AAA 3-DIAMOND RATED FACILITY OR HIGHER, WITH KITCHENETTE IN EACH ROOM, COMPLETE WITH COOKING UTENSILS, MICROWAVE, REFRIGERATOR, STOVE TOP BURNERS, AND ONSITE FUNCTIONAL WASHERS AND DRYERS. FACILITY MUST BE WITHIN A 15 MILE RADIUS OF BAY SHIP & YACHT CO. (2900 MAIN STREET #2100, ALAMEDA, CA 94501).  FACILITY SHALL NOT BE UNDER CONSTRUCTION OR MAJOR RENOVATION DURING THE PERFORMANCE PERIOD.

18 ROOMS REQUIRED: 15-17 APRIL 2011

12 ROOMS REQUIRED: 18 APRIL 2011 - 10 MAY 2011

13 ROOMS REQUIRED: 11-17 MAY 2011

16 ROOMS REQUIRED: 18-20 MAY 2011

TOTAL CHECK OUT: 21 MAY 2011

TOTAL ROOM NIGHTS REQUIRED: 469

The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference:

52.204-7 Central Contractor Registration;
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.212-1 Instructions to Offerors-Commercial Items;
52.212-3 Alt I Offeror Representations and Certifications - Commercial Items
(Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.)
52.212-4 Contract Terms and Conditions-Commercial Items;
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items
52.219-28 Post-Award Small Business Program Representation.
52.222-3 Convict Labor,
52.222-19 Child Labor - Cooperation with Authorities and Remedies,
52.222-21 Prohibition of Segregated Facilities,
52.222-26 Equal Opportunity,
52.222-36 Affirmative Action for Workers with Disabilities,
52.225-13 Restrictions on Certain Foreign Purchases, and
52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration
52.222-41 Service Contract Act (if applicable)
252.204-7004 Required Central Contractor Registration. Alternate A;
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items
252.225-7001 Buy American Act and Balance of Payment Program,
252.232-7003 Electronic Submission of Payment Requests; and
252.247-7023 Transportation of Supplies by Sea
252.247-7023 Transportation of Supplies by Sea Alternate III.

52.252-2 Clauses Incorporated by Reference

This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es):

http://www.arnet.gov/far

Responsible sources shall provide the following:

1. Price quote which identifies the proposed lodging facility, itemized unit price, and extended price.
2. Total price
3. Prompt Payment Terms
4. Remittance address, Tax Identification Number, DUNS number and Cage Code
5. Responses to this solicitation are due no later than 08 April 2011 by 2:00pm Norfolk Local Time. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to [email protected]. Please reference the solicitation number on your quote.

BASIS FOR AWARD:
Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Request for Quotation, offers the lowest total evaluated price.

 

Bid Protests Not Available

Similar Past Bids

San diego California 21 Jan 2004 at 5 AM
Norfolk Virginia 07 Jun 2018 at 2 PM
Philadelphia Pennsylvania 19 Dec 2019 at 7 PM
Honolulu Hawaii 08 Mar 2012 at 4 PM
Philadelphia Pennsylvania 28 Apr 2021 at 6 PM

Similar Opportunities

Location Unknown 17 Jul 2025 at 4 AM
March air reserve base California 09 Jul 2025 at 3 PM
Washington District of columbia 01 Aug 2025 at 6 PM
Washington District of columbia 21 Jul 2025 at 6 PM
Location Unknown 22 Jul 2025 at 4 AM