Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2011 FBO #3392
SOLICITATION NOTICE

X -- Lodging for IDT personnel, Newport News/Yorktown, VA

Notice Date
3/7/2011
 
Notice Type
Presolicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-11-Q-AAS204
 
Archive Date
4/7/2011
 
Point of Contact
Amy L McLiverty, Phone: 7576284483, Tiffany M. Squyres, Phone: 7576284127
 
E-Mail Address
amy.l.mcliverty@uscg.mil, Tiffany.M.Squyres@uscg.mil
(amy.l.mcliverty@uscg.mil, Tiffany.M.Squyres@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Coast Guard (USCG) Shore Infrastructure Logistics Center (SILC) is procuring services under HSCG84-11-Q-AAS204 which will be available on or about March 9, 2011 via FebBizOps. The USCG requests an Indefinite Delivery Indefinite Quantity Contract (IDIQ) that will allow us to have the "first right" of hotel rooms. The requirement is for the contractor to provide temporary lodging for approximately 50 Reserve Inactive Duty Training (IDT) personnel. The lodging facility must provide a minimum of 30 rooms; double and single occupancy is required. The rooms must be reserved for the third weekend of the month. The rooms must be held for approximately 3 nights. The Lodging facility must be located in Newport News, VA or Yorktown, VA within 10 miles of USCG PSU 305, Ft. Eustis, VA. Required performance period includes base period of 01 May 2011 to 30 April 2012; with four one-year option periods ending April 30, 2016. It is the Coast Guard's intent to issue an IDIQ contract to obtain services. The requirement will be issued as a Small Business Set Aside. The NAICS code assigned to this contract is 721110 Hotels (except Casino Hotels) and Motels with a size standard of $30M average per year. All vendors will be responsible for obtaining the solicitation and any subsequent amendments from FedBizOps. Any and all questions regarding the solicitation should be submitted in writing to Ms. Amy McLiverty at amy.l.mcliverty@uscg.mil. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232.33.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-11-Q-AAS204/listing.html)
 
Place of Performance
Address: The Lodging facility must be located in Newport News, VA or Yorktown, VA within 10 miles of USCG PSU 305, Ft. Eustis, VA., Virginia, United States
 
Record
SN02394721-W 20110309/110307234250-8188be4817237282f72acbe0823a4fc1 (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.