SOLICITATION NOTICE
X -- Incident Command Post for Sector New Orleans
- Notice Date
- 8/14/2008
- Notice Type
- Presolicitation
- 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, Virginia, 23510-9113
- ZIP Code
- 23510-9113
- Solicitation Number
- HSCG84-08-Q-AA8257A
- Response Due
- 8/22/2008 4:30:00 PM
- Archive Date
- 9/6/2008
- Point of Contact
- Brenda S. Bartlett,, Phone: 757-628-4263, Jeanie S Thorne,, Phone: 757-628-4109
- E-Mail Address
-
brenda.s.bartlett@uscg.mil, jeanie.s.thorne@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- The U. S. Coast Guard Maintenenace and Logistics Command Atlantic (MLCLANT) is procuring services under Solicitation HSCG84-08-Q-AA8257 which will be available on or about August 18, 2008 FedBizOps. The service requirements are for a Continuity of Operations (COOP) purposes, such as severe weather, terrorist attack or civil unrest, US Coast Guard Sector (hereinafter SEC) New Orleans’ Incident Command Post, which is a 24 hour, 7 day a week operational command center, will need to be stood up in a safe location that is away from current and potential future COOP hazards and dangers, especially hurricanes. This facility will need to accommodate certain logistical needs in order to properly lead US Coast Guard during current and post COOP operations. 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 (hereinafter ICP) in an event severe weather, terrorist attack or civil unrest to hit the New Orleans area resulting in evacuation of New Orleans, LA. The requirements for the facility are as follows: The ICP location needs to be located in Natchez, Mississippi. Nextel Reception (which is the Coast Guard cellular phone service): Area should have both Sprint wireless and Centennial Wireless coverage. Hospitals must be nearby in addition to other basic amenities (commercial airport, shopping centers, sport facilities) that are able to support SEC New Orleans if the Coast Guard cannot return to their office in downtown New Orleans. Office space/conference rooms will be needed for the ICP to be set up and run by the U.S. Coast Guard Sector New Orleans. Office space/conference rooms to house a day/night, 24-hour watch. One room must accommodate approximately 4,000 square feet and another boardroom style space that must be no smaller than 300 square feet. The 4,000 square feet office space/conference room must be available for pre-installed communication upgrades that will accommodate or have the potential to accommodate 40 phone/fax lines and 40 internet connections spread out in the room. Flexibility will be needed if necessary to increase the amount of lines needed as the operation grows. The 4,000 square foot office space/conference room must be able to accommodate or have the potential to accommodate 2 cable lines. The facility should be able to provide tables and chairs for at least 150 people. Parking will be needed for 200 vehicles. Contract to include trash pick up of conference room and general cleaning of floors and available restrooms. Meal services to provide three well balanced and nutritious meals per day and midnight rations (finger food) service for approximately 95 employees. The facility will manage all meal-related business such as staff to charge and collect monies for each meal for each member passing through buffet style serving line, accountability of meals served, set up, pick up, sanitation, meal preparation, eating facility, tables, chairs, utensils, napkins, menu preparation, etc, as if running a full time restaurant exclusively for U. S. Coast Guard personnel and related subcontractors or partners as deemed authorized by the USCG. The airport runway must be at least 6500 X 150 feet. It is the Coast Guard’s intent to issue an IDIQ (indefinite delivery indefinite quantity) to obtain services. This requirement will be issued using Full and Open Competition procedures. The NAICS code is 721110. The Size Standard is $6.5 million. The period of performance is anticipated for five-one year ordering periods commencing September 2008. 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. Brenda Bartlett at Brenda.S.Bartlett@uscg.mil. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232.33. The Government reserves the right to consider any arrangement as deemed appropriate for this procurement.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=da75478c5cb6f1f7caeab76615a64c2e&tab=core&_cview=1)
- Place of Performance
- Address: Natchez, Mississippi, United States
- Record
- SN01641218-W 20080816/080814225105-da75478c5cb6f1f7caeab76615a64c2e (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 |