SOURCES SOUGHT
X -- Lodging for CGC VIGOROUS CG Yard Balitmore
- Notice Date
- 5/9/2011
- Notice Type
- Sources Sought
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
- ZIP Code
- 23510-9102
- Solicitation Number
- HSCG80-11-Q-P45LD5
- Archive Date
- 5/9/2012
- Point of Contact
- Tara M Holloway, Phone: 757-628-4754, Mable L. Lee, Phone: (757) 628-4820
- E-Mail Address
-
tara.m.holloway@uscg.mil, mable.l.lee@uscg.mil
(tara.m.holloway@uscg.mil, mable.l.lee@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), Woman Owned Small Business (WOSB) or for Small Businesses. The Small Business Size Standard for NAICS 721110 is $7.0 million. The scope of the acquisition is to provide temporary berthing for the Coast Guard crew of CGC VIGOROUS. REQUIREMENTS Lodging Requirements. The Contractor shall provide quality temporary lodging for seventy-seven (77) Coast Guard personnel within a ten (10) mile radius of the vessel's location during the dry-dock contract. The cutter will be dry-docked at the CG Yard in Baltimore, MD. The Contractor shall provide four (4) single occupancy and thirty-seven (37) double occupancy rooms for the Coast Guard personnel during the specified period mentioned in paragraph 3.1.1. Commencement and completion. Use of lodging facilities shall begin on the first day of the performance period, at the lodging facility's normal check-in time; and end on the last day of the performance period, at the normal check-out time. Performance periods as follows: • USCGC VIGOROUS- 06/10/2011 thru 08/04/2011 Regulations and standards. All lodging facilities provided shall: Meet the Hotel and Motel Fire Safety Act of 1990 (PL101-391) and be listed on the Hotel-Motel Master List. Information on the Safety Act and the Master Hotel list can be found at http://www.usfa.fema.gov/applications/hotel/. Meet, at a minimum, the requirements of two stars (**) for a Mobil Travel Guide Rating or two diamonds (^^) for an American Automobile Association (AAA) rating; and include free parking for four (4) vehicles. Lodging will include daily cleaning, change of linen, and replenishment of toiletries. Rating criteria can be found at the following websites: AAA/CAA - http://www.aaanewsroom.net/Main.asp?ListAllPubs=1&CategoryID=9& Select "Diamond Ratings." MOBIL Travel Guide - http://www.exxonmobiltravel.com/ Select "Mobil Stars" then "Restaurant Stars" or "Lodging Stars" In accordance with FAR 19.1305 and FAR 19.1405, if your firm is HUBZone certified or a Service-Disabled Veteran-Owned Small Business and intends to submit an offer on this acquisition, please respond in a letter by e-mail to tara.m.holloway@uscg.mil. In your response you must include (a) a positive statement of your intention to submit a bid for this solicitation as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; (c) past performance references with points of contact and telephone numbers. At least two (2) references are requested, but more are desirable. Your response is required by May 12, 2011 at 1:00 pm, EST. Contractors are reminded that should this acquisition become a HubZone set aside, FAR 52.219-3, Notice of Total HubZone Set-aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. Contractors are reminded that should this acquisition become a Service Disabled Veteran-Owned Small Business Set-Aside, FAR 52.219-27, Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, Service Disabled Veteran-Owned Small Business set aside, or Small Business set-aside. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone, SDVOSB set-aside, or small business set-aside, will be posted on the Fedbizopps website at http://www.fedbizopps.gov. Questions may be referred to Ms. Tara Holloway at (757) 628-4754.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-11-Q-P45LD5/listing.html)
- Place of Performance
- Address: CG Yard, located in Baltimore, Maryland, Baltimore, Maryland, United States
- Record
- SN02442839-W 20110511/110509234146-6257bb2892f10f4d41b60c15c36dbf58 (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 |