MODIFICATION
X -- Lodging for CGC VIGOROUS CG Yard Balitmore
- Notice Date
- 5/27/2011
- Notice Type
- Modification/Amendment
- 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
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation HSCG80-11-Q-P4LD5 is being issued as 100% Small Business Set-Aside, Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-51. The NAICS Code is 721110 with a small business standard of $30 million. The Period of Performance is FIFTY-SIX (56) calendar days beginning June 10, 2011 through August 4, 2011. Quotes may faxed to (757) 628-4562 or be sent via electronic mail to tara.m.holloway@uscg.mil or sent via U.S. Mail to: U.S. COAST GUARD Commander, Surface Forces Logistics Center Attn: Tara Holloway (SFLC-CPD-C&P1-MECPL) 300 East Main Street, Suite 500 Norfolk, VA 23510-9101 QUOTES ARE DUE on June 2, 2011 at 10:00 a.m. EST. For information regarding this acquisition, please submit your questions via email to Tara M. Holloway at tara.m.holloway@uscg.mil or call 757-628-4754. The anticipated award date is on or about June 3, 2011, however it is subject to change. The Government intends to award a fixed price contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation, provides the best value. Statement of Work: Lodging, Provide 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to provide temporary lodging for Coast Guard personnel. 1.2 Government-furnished property. None. 2. APPLICABLE DOCUMENTS COAST GUARD DRAWINGS None. COAST GUARD PUBLICATIONS None. OTHER REFERENCES AAA/CAA -http://www.aaanewsroom.net/Main.asp?CategoryID=9&SubCategoryID=22& Hotel and Motel Fire Safety Act of 1990 (PL101-391) FORBES (formerly MOBIL) Travel Guide - http://www.forbestravelguide.com/ 3. REQUIREMENTS 3.1 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. Provide four (04) single occupancy and Thirty-Seven (37) double occupancy rooms for Coast Guard personnel during the period specified in paragraph 3.1.1 below. Each room shall be equipped for extended stay and include at a minimum a refrigerator, stove-top w/oven, kitchen sink, cooking utensils and eating utensils. The following motel fits this description and is 8.5 miles from the CG YARD: Extended Stay America Efficiency Studios - Linthicum, MD Hotel; 1500 Aero Dr.; Linthicum, MD 21090; (410) 850-0400; bba@extendedstay.com 3.1.1 Commencement and completion. Use of lodging facilities to begin on June 10, 2011, at the lodging facility's normal check-in time; and end on June 10, 2011, at the normal check-out time. 3.2 Regulations and standards. All lodging facilities provided shall: 3.2.1 Meet the Hotel and Motel Fire Safety Act of 1990 (PL101-391) and be listed on the Hotel-Motel Master List (see 4.1 (Hotel and Motel Fire Safety Act of 1990 (PL101-391))). 3.2.2 Meet, at a minimum, the requirements of two stars () for a Forbes (formerly Mobil) Travel Guide rating or two diamonds () for an American Automobile Association (AAA) rating; and include free parking for twenty (20) vehicles. Lodging will include daily cleaning, change of linen, and replenishment of toiletries (see 4.2 herein). NOTE The facilities provided must meet the requirements, at a minimum, but DO NOT actually have to be formally rated by either organization. 4. NOTES 4.1 Hotel and Motel Fire Safety Act of 1990 (PL101-391). Information on the Safety Act and the Master Hotel list can be found at http://www.usfa.fema.gov/applications/hotel/. 4.2 Rating criteria. Rating criteria can be found at the following websites: • AAA/CAA - http://www.aaanewsroom.net/Main.asp?CategoryID=9&SubCategoryID=22& Select "Diamond Ratings." • FORBES (formerly MOBIL) Travel Guide - http://www.forbestravelguide.com/ The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. The Clause at FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far. The following provisions and clauses are applicable to this acquisition and are hereby incorporated by reference: The clause at FAR 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERICIAL ITEMS (Jun 2010) apply. The provision at FAR 52.214.31, Facsimile Bids (Dec 1989) apply. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008) applies. Quotes must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2008), with its offer. The provision at FAR 52.212-2, Evaluation--Commercial Items (Jan 1999) Evaluation and Award: The government intends to award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation provides the best value to the government. No other additional contractual terms and conditions are applicable. No Defense Priorities and Allocations System (DPAS) rating are assigned. Numbered Note 1 applies. The provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. (Apr 2011) Vendors are required to submit a completed copy of the provision at Offeror Representations and Certifications - Commercial Items, with their quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). _X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). ___ (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). ___ (7) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Jan 2011) (15 U.S.C. 657a). ___ (8) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (9) [Reserved] _X_ (10) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-6. ___ (iii) Alternate II (Mar 2004) of 52.219-6. ___ (11) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. _X_ (12) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). ___ (13) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637 (d)(4).) ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (July 2010) of 52.219-9. ___ (14) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). ___ (15) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (16) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (17) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (18) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (19) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). ___ (20) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). ___ (21) 52.219-29, Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2011). ___ (22) 52.219-30, Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2011). _X_ (23) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (24) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X_ (25) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (26) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (27) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). _X_ (28) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (29) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). _X_ (30) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ___ (31) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (32) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (33) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (34) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ___ (ii) Alternate I (Dec 2007) of 52.223-16. ___ (35) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). ___ (36) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ (37) (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (iii) Alternate II (Jan 2004) of 52.225-3. ___ (38) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (39) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (40) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (41) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (42) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (43) 52.232.30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (44) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). ___ (45) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ___ (46) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). ___ (47) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (48) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.). ___ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) This Statement is for Information Only: This is not a Wage Determination. WAGE RATE IF UNDER FEDERAL CONTRACT (GS & WG) AS STATED BY SCA / FAR 52.222.42 EQUIVALENT RATES FOR FEDERAL HIRE (Information Only) OCCUPATION CODE - TITLE MINIMUM WAGE RATE Lodging: FEDERAL EQIVALENCY OCCUPATION CODE - TITLE- RATE Lodging: 11240 Maid or Houseman WG-1 $15.37 99050 Desk Clerk GS-1 $10.60 DOL wage rates apply to this solicitation. ***** ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 8 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) 1. HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day (when applicable). 2. LEAVE: Two hours of annual leave each week for an employee with less than three years of service; three hours of annual leave each week for an employee with three but less than 15 years of service; and four hours of annual leave each week for an employee with fifteen or more years of service 3. SICK LEAVE: Two hours of sick leave each week for all employees. 4. INSURANCE: Life Insurance, health insurance, workers' compensation, and Federal Insurance Compensation Act (for temporary employees) at 7 percent of basic hourly rate. 5.RETIREMENT: 7.0 percent of basic hourly rates for employees hired through December 31, 1985. Retirement at 0.8 percent for employees hired on January 1, 1986, or after. 6. Medicare: 1.45 percent of basic hourly rates for all employees. 7. Social Security: 6.2 percent of basic hourly rates for employees hired on or after January 1, 1986, up to a maximum gross annual salary of $80,400. (End of clause) //////////////////////////////////////NOTHING ELSE FOLLOWS/////////////////////////// re-Solicitation Notice for Information Purposes Only. The United States Coast Guard intends to issue a solicitation set-aside for 100% Total Small Business. The Small Business Size Standard for NAICS 721110 is $30.0 million. The scope of the acquisition is to provide Temporary Extended Stay lodging for the Coast Guard crew of CGC VIGOROUS during cutters' drydock. The cutter will be dry-docked at the CG Yard, Surface Forces Logistics Center 2401 Hawkins Point Road, Curtis Bay, Maryland 21226. Acquisition is to provide thirty-seven (37) double occupancy rooms and four (4) single rooms. Each room shall be equipped for extended stay and include at a minimum a refrigerator, stove-top w/oven, kitchen sink, cooking utensils and eating utensils. All Lodging facilities provide shall meet the Hotel and Motel Fire Safety Act and Meet at a minimum, the requirements of two stars for a Forbes Travel Guide rating. The Period of Performance will be June 10, 2011 through August 4, 2011. This announcement is for information only. The United States Coast Guard does not expect quotations based on this announcement. ///////////////////////////////////////Nothing Else Follows////////////////////////// Sources Sought Notice: 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, Surface Forces Logistics Center, 2401 Hawkins Point Road, Curtis Bay, Maryland 21226 located in Baltimore, Maryland, Baltimore, Maryland, United States
- Record
- SN02459180-W 20110529/110527234332-523875a61e8d79da0afdc4ce0a54139e (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 |