Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2009 FBO #2659
SOLICITATION NOTICE

X -- BERTHING FOR THE CGC HICKORY

Notice Date
3/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-09-Q-625815
 
Point of Contact
Dianne H Jackson,, Phone: (510)637-5974, Jay S McReynolds,, Phone: 510-637-5975
 
E-Mail Address
dianne.h.jackson@uscg.mil, jay.s.mcreynolds@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation HSCG85-09-Q-625815 for commercial items prepared in accordance with the format in 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. This solicitation is issued as an invitation to Request for Quotation (RFQ) incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-23. This is total small business set-aside procurement. The Small Business size standard is $6.5 Million. The NAICS is 721110. The contract will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. Award of a contract will be based on the following criteria: Price & Past Performance. Offerors are cautioned that the government intends to evaluate offers and award a contract without discussion. Therefore, offeror’s initial offer should contain its best terms. The Coast Guard has a requirement to procure the following items for berthing of CGC HICKORY crew during the period of 16 March to 30 March 2009 (14 days). CONTRACTOR SHALL BE PAID FOR ACTUAL DAYS OF USE. When responding to this RFQ #HSCG85-09-Q-625815, contractors shall provide pricing as follows: CLIN 0001, Temporary Berthing. Provide pricing as follows: Single Rooms: $__________/Day X 7 Rooms = $___________. Double Rooms: $___________/Day X 6 Rooms = $___________. Total Berthing: $_______________. Berthing shall be provided in accordance with the following specification: 1. For the personnel specified, provide furnished, lockable, carpeted rooms with separated living and sanitary areas. 1.1 GENERAL - The Contractor shall provide an off-ship berthing facility for cutter personnel. All cutter personnel shall be berthed at one facility only and the same facility shall be used for the entire desired duration. 1.2 LOCATION - The cutters will be located at Coast Guard Base Seattle; 1519 Alaskan Way South, Seattle, WA 98134-1192. Room selections will be located on the second floor or above, but no higher than the seventh floor of the facility. Hotel room entrances shall be accessible only by internal hallway(s). The hotel’s internal hallway(s) shall have locked exterior doors, accessible by key-holding hotel guests only. Internal hallway(s) shall be accessible by the facility’s lobby. Location of off-ship berthing must be located as close as possible within 30 minutes from U.S. Coast Guard Base 1519 Alaskan Way South, Seattle, WA. Inspection of the facilities prior to award will be made. Potential sources having the expertise and required capabilities are invited to submit quotations that will be considered by the agency. Quotations should be written and submitted in a legible format. Award will be made to the responsible offeror whose offer conforms to the solicitation. Quotes must contain the contractor’s Tax Information Number, and DUNS Number. Quotes must be received not later than 11 March 2009, 09:00 A.M. Local Pacific time. Quotations received after the date and time specified will not be considered. Offerors may fax their quotes to: (510) 637-5978 Attn: Dianne Jackson. Specifications are available by calling Dianne Jackson at (510) 637-5974 or e-mail request to dianne.h.jackson@uscg.mil. The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offeror-Commercial Items (JAN 2005). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2005). The following clauses listed in 52.212-5 are incorporated: 222-21, Prohibition of Segregated Facilities (FEB 1999) FAR 52.209-6, 52.217-8-9, 52.219-1, 52.219-6, 52.222-19, 52.222-21-22, 52.222-25-26, 52.222-35-36, Service Contract Act of 1965, as Amended (MAY 1989) 52.222-41, 52.222-42 Statement of Equivalent Rates For Federal Hires (MAY 1989) Maid or Houseman, $9.32, (Min Wage Rate $8.62-WA/$9.06-AK), Cashier, $10.49 (Min Wage Rate $8.62-WA/$9.06-AK) and Desk Clerk, $10.81 (Min Wage Rate $8.62-WA/$9.06-AK), 52.222-43, 52.222-47, 52.222-49, 52.225-2, 52.232-1, 52.232-8, 52.323-11, 52.232-23, 52.232-25, 52.232-33, 52.232.38, 52.233-1, 52.233-3, 52.242-2, 52.243-1, 52.249-1, 52.253-1. SPECIAL NOTE: FAR 52.212-2 EVALUATION – COMMERCIAL ITEMS (JAN 1999). The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance and Price. 1) Price: The total price will be the evaluated price. 2) Past Performance: The offeror is required to identify past or current contracts for efforts similar to this Berthing requirement. Offerors are to submit three (3) references. Provide as a minimum the following applicable information: contract number, type of service involved, total dollar amount, procuring activity or firm’s complete name, include addresses, telephone numbers and the point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9b2a44eaf04c310235236c4f7ad5b4cb&tab=core&_cview=1)
 
Place of Performance
Address: Within 30 minutes drive to 1519 Alaskan Way South Seattle., Seattle, Washington, 98134, United States
Zip Code: 98134
 
Record
SN01763635-W 20090308/090306221013-9b2a44eaf04c310235236c4f7ad5b4cb (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.