Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2011 FBO #3406
SOLICITATION NOTICE

X -- Furnished Lodging Facility

Notice Date
3/21/2011
 
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 (flp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street, Suite 950, Norfolk, Virginia, 23510-9112
 
ZIP Code
23510-9112
 
Solicitation Number
HSCG84-11-Q-DOT687
 
Archive Date
4/20/2011
 
Point of Contact
Joan E Baum, Phone: 757-628-4140, Romy V Maglalang, Phone: (757) 628-4145
 
E-Mail Address
Joan.E.Baum@uscg.mil, romeo.v.maglalang@uscg.mil
(Joan.E.Baum@uscg.mil, romeo.v.maglalang@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation 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. Solicitation Number HSCG84-11-Q-DOT687 is issued as a Request for Quote (RFQ).The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-48, and may be obtained electronically at http://www.arnet.gov/far. This is a Total Small Business Set Aside. The applicable NAICS code is 721110, and the small business size standard is $6.5M. Proposals/Offers are solicited only from total small business concerns. Proposals /Offers are due at the U. S. Coast Guard SILC (PCB31), Attn: Joan E. Baum/Suite 950, 300 E. Main Street, Norfolk, VA 23510, by 12:00 p.m. EST on April 05, 2011. Proposals/Offers may, also, be faxed to (757) 628-4231 or email to: Joan.E.Baum@uscg.mil, or, Romeo.V.Maglalang@uscg.mil. Questions may be directed to Joan E. Baum by email, or telephone 757-628-4140, or Romeo V. Maglalang by email, or telephone 757-628-4145. A site visit of the proposed lodging facilities for evaluation purposes may be made by the Contracting Officer or a designated representative. DESCRIPTION OF REQUIREMENT: Furnished lodging units. Each lodging unit shall have a living room, a kitchen, bedrooms, and bathrooms with shower, commode, and sink. Furnished supplies are as follows: Bedrooms - linens, pillows, blankets, and comforters; Living Room - Seating/Sofa, End Table, and TV; Kitchen-Cooking and Eating Utensils, Coffee Pot, Toaster, Microwave Oven, and Eating Table and Chairs; Bedrooms -Two (02) Twin-Beds for Double-Occupancy Room, or a Queen Bed for Single-Occupancy Room, a TV, a Dresser, and a Closet; Bathrooms - Towels and Toilet Paper. Furnished services are as follows: Weekly housekeeping, telephone lines, basic and one premium channel cable service, and wireless internet connections. Other Requirements: 60 parking spaces for the duration of the contract; the proposed location of lodging facility shall be within 30-mile distance from the training facility at 850 Puddin Ridge Road, Moyock, NC 27958. Contract Line Item Number (CLIN), Quantity and Period of Occupancy: CLIN 1. Two (02) Units, with Two (02) Double-Occupancy Bedrooms and Two (02) Bathrooms, from April 24, 2011 through May 29, 2011, 36 days; CLIN 2. Three (03) Units, with Two (02) Single-Occupancy Bedrooms and a Bathroom; and Seven (07) Units, with Two (02) Double-Occupancy Bedrooms and Two (02) Bathrooms, from April 30, 2011 through May 29, 2011, 30 days; CLIN 3. Eight (08) Units, with Two (02) Double-Occupancy Bedrooms and Two Bathrooms, from April 30, 2011 through June 02, 2011, 34 days; CLIN 4. Two (02) Units, with Two (02) Double-Occupancy Bedrooms and Two (02) Bathrooms, from April 30, 2011 through June 16, 2011, 48 days. Proposals/Offers must include: (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. Brochures that show the lodging units appearance and floor layout are also being requested; (4) Terms of early termination of occupancy, in part (some units) or wholly (all units); (5) Price, availability and any discount terms; (6) "Remit to" address, if different than mailing address; (7) Acknowledgment of Solicitation Amendments; (8) Past performance information on previous contracts for the same or similar items and other references; (9) If the offer is not submitted on Form SF-449 include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (10) Company Tax Information Number and DUNS Number. All responsible sources may submit a quote, which if timely received, shall be considered by this agency. The following FAR provisions/clauses are applicable to this solicitation, and are incorporated by reference. Offerors may obtain full text versions of these clauses, electronically at http://www.arnet.gov/far: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008); FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2011) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2011).The following clauses listed within 52.212-5 are applicable: 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010 (29 U.S.C. 793); 52.222-41 Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et. seq.); 52.222-50 Combating Trafficking in Persons (Feb 2009)(22 U.S.C. 7104(g)); 52.232-33 Payments by Electronic Funds Transfer - Central Contractor Registration (Oct 2003)(21 U.S.C. 3332); NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion of certifications prior to submission of your quote. Proposals/Offers shall contain a statement that the ORCA requirement has been met. The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. The U. S. Coast Guard, Shore Infrastructure Logistics Center (SILC) intends to award a Firm-Fixed Price (FFP) Purchase Order using Simplified Acquisition Procedures, resulting from this solicitation, to the responsible vendor whose proposal/offer conforms to this solicitation, and is determined to be most advantageous to the Government based on ability to meet basic requirements, delivery date, and price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FLPMLCA/HSCG84-11-Q-DOT687/listing.html)
 
Place of Performance
Address: within 30-mile from 850 Puddin Ridge Road, Moyock, North Carolina, 27958, United States
Zip Code: 27958
 
Record
SN02405726-W 20110323/110321234627-07598d79a2cd953460ffa429bfacc860 (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.