SOLICITATION NOTICE
X -- Temporary Lodging
- Notice Date
- 6/9/2011
- Notice Type
- Presolicitation
- 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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-11-R-60312
- Point of Contact
- Tammy J. Forwood, Phone: 4107626228, Susanna J. Wiedmann, Phone: 410-762-6502
- E-Mail Address
-
Tammy.J.Forwood@uscg.mil, Susanna.J.Wiedmann@uscg.mil
(Tammy.J.Forwood@uscg.mil, Susanna.J.Wiedmann@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Coast Guard, YARD has a requirement for Temporary Lodging. The intent is to have multiple Blanket Purchase Agreements (BPA) with Firm-Fixed Price for a period of one (1) Base Year and Four (4) one-year Options. The solicitation will be available on or after June 27, 2011 and award is anticipated to be made NLT September 1, 2011, however it is subject to change. The government intends to award multiple Blanket Purchase Agreements (BPA) to the responsible vendor's whose proposed package conforming to the solicitation provides the best value for the government based on price and other evaluation factors considered. The solicitation will be issued "unrestricted" and include a Statement Of Work and incorporated commercial clauses and provisions in accordance with the Federal Acquisition Regulation (FAR). The applicable NAIC Code is 721110 - Hotels (Except Casino Hotels) and Motels and the size standard is $30.0 million. It is the offerors responsibility to monitor Fed Biz Opps for changes or amendments. Offerors must provide safe, secure and quality lodging and must fully demonstrate the capability to accomplish this requirement and are to provide the required submissions and sufficient detail to demonstrate a bona fide capability to meet the requirement. Temporary Lodging is estimated at an average of 25 rooms to be utilized as either single or double occupancy rooms. The lodging will be required on an as-needed basis and these numbers may go up or down depending on the current needs of the U.S. Coast Guard, YARD. The period of occupancy for each occasion is estimated from 1 to 40 days. However, unforeseen circumstances may arise that will require an extension of the occupancy days. The lodging facility shall be located within a 15 mile radius of the United States Coast Guard, YARD 2401 Hawkins Point Road Baltimore, MD 21226-5000. The offerors must be registered in the Central Contractor Registration (CCR) at www.ccr.gov with a status of "ACTIVE" in order to be eligible for award, during performance, through final payments and must be in compliance with the Hotel and Motel Fire Safety Act of 1990 (PL101-391). The U.S. Coast Guard, YARD will not be responsible for any costs associated with the preparation of responses to this requirement. Contracting Office Address: United States Coast Guard Surface Forces Logistics Center Contracts & Procurement Division 3 2401 Hawkins Point Road, Bldg 58, M/S 8 Baltimore, MD 21226-5000 Place Of Performance: Baltimore, MD - Exact address TBD Primary Point of Contact: Tammy J. Forwood, Contract Specialist (Contractor) Tammy.J.Forwood@uscg.mil Phone: 410-762-6228 Fax: 410-762-6008 Secondary Point Of Contact: Susanna J. Wiedmann, Contracting Officer Susanna.J.Wiedmann@uscg.mil Phone: 410-762-6502 Fax: 410-762-6008
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-R-60312/listing.html)
- Place of Performance
- Address: To Be Determined, Baltimore, Maryland, United States
- Record
- SN02468587-W 20110611/110609234816-863bb646628fda311a801bb93b5f2f9f (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 |