SOLICITATION NOTICE
X -- Emergency Evacuation Command and Relocation Berthing and Facilities
- Notice Date
- 7/25/2006
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, VA, 23510-9113
- ZIP Code
- 23510-9113
- Solicitation Number
- HSCG84-06-Q-AA8179
- Response Due
- 7/31/2006
- Archive Date
- 8/15/2006
- Point of Contact
- Roberta Smith, Contract Specialist, Phone 757-628-4117, Fax 757-628-4134, - Jeanie Thorne, Contract Specialist, Phone 757-628-4109, Fax 757-628-4134,
- E-Mail Address
-
rhsmith@mlca.uscg.mil, jthorne@mlca.uscg.mil
- Description
- The U. S. Coast Guard Maintenance and Logistics Command Atlantic (MLCLANT) is procuring services under Solicitation HSCG84-06-Q-AA8179 which will be available on or about August 4, 2006 via FedBizOps: In an event of the possibility of a Category 2 to 5 hurricane during the hurricane season, U. S. Coast Guard Port Arthur Incident Command Post (ICP); which is a 24 hour 7 day a week operational command center; will need to be stood up in to a safe location that is away from current hurricane and potential future hurricane hazards and dangers. The US Coast Guard requires a contracting vehicle to be in place that will allow us to have the “first right” to use the facility as an ICP in an event of a Category 2 or more hurricane to hit the Gulf shore resulting in evacuation of Port Arthur, Texas or Lake Charles, LA. At least 96 hours prior to landfall of anything equal or greater than a category 2 hurricane, an advance team will be deployed to this location to set up for eventual ICP stand up. At 48 hours prior to landfall, a decision will be made to expand the operation and more personnel will be arriving. If a similar storm to Hurricanes Katrina/Rita hit, this will require that USCG Port Arthur stay for an undetermined period of time, due to the inability to return to normal operations in the Port Arthur, Texas or Lake Charles, LA areas. Port Arthur will be forced to reconstitute full operations from this satellite location. The requirements for the facility are as follows: The ICP location needs to be within at least 200 miles and up to 250 miles North of MSU Port Arthur, Texas located at 2901 Turtle Creek Drive, Port Arthur, Texas. Hospitals must be near by in addition to other basic amenities (commercial airport, availability of food). Office space/conference rooms - four office/conference rooms to house a day/night, 24-hour watch. One of the rooms must be able to accommodate approximately 4,800 square feet and the other three rooms must be no smaller than 120 square feet. The 4,800 square feet office space/conference room must be able to accommodate or have the potential to accommodate 30 phone/fax lines and 20 internet connections spread out in the room. The three smaller conference rooms (no smaller than 120 square feet) must be able to accommodate or have the potential to accommodate 5 phone lines and 5 computer lines. The Coast Guard must have the flexibility to increase the amount of lines needed as the operation grows. The facility shall provide tables and chairs for at least 100 people. The 4,800 square feet conference room must be able to accommodate or have the potential to have 20 electric outlets distributed throughout the room. The other three smaller conference rooms must be able to accommodate or have the potential to accommodate 5 electric outlets distributed throughout each room. Up to 150 hotel rooms may also be needed, therefore the operational facility must be within walking distance (1/2 mile) from hotels that could accommodate this number of rooms. Parking will be needed for up to 200 vehicles. The office/conference facility should be near locations or have the capability to serve full nutritious meals for breakfast, lunch and dinner and midnight rations (finger food) service. The NAICS code is 721110. The Small Business Size Standard is $6.5 million. The period of performance is anticipated for five-one year ordering periods commencing August 2006. All vendors will be responsible for obtaining the solicitation and any subsequent amendments from the above site. Any and all questions regarding the solicitation should be submitted, in writing, to Mrs. Roberta Smith at Roberta.H.Smith@uscg.mil. This requirement will be issued using Full and Open Competition procedures. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232.33. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-JUL-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-06-Q-AA8179/listing.html)
- Place of Performance
- Address: N/A
- Zip Code: 00000
- Country: UNITED STATES
- Zip Code: 00000
- Record
- SN01097880-F 20060727/060725222827 (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 |