Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2011 FBO #3546
SOURCES SOUGHT

X -- National Capital Region (NCR) Berthing

Notice Date
8/8/2011
 
Notice Type
Sources Sought
 
NAICS
531110 — Lessors of Residential Buildings and Dwellings
 
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
HSCG84-12-I-AAS215
 
Archive Date
9/6/2011
 
Point of Contact
Tiffany M. Squyres, Phone: 757-628-4127, Christina M. Grimstead, Phone: (757) 628-4116
 
E-Mail Address
Tiffany.M.Squyres@uscg.mil, Christina.M.Grimstead@uscg.mil
(Tiffany.M.Squyres@uscg.mil, Christina.M.Grimstead@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought for HSCG84-12-I-AAS215 -National Capital Region (NCR) Berthing The US Coast Guard seeks interest in lodging for deployed Rotary Wing Air Intercept (RWAI) aircrew members. This is a sources sought/market survey announcement targeting companies that can provide lodging within close proximity to Ronald Reagan Washington National airport and a Metro station for aircrew members. THIS IS NOT A REQUEST FOR PROPOSALS. This announcement is to gain industry information in the development of the acquisition plan and in no way obligates the Government. Name of company and address, point of contact and phone number, business size (small, veteran-owned small business, service-disabled small business, HUBZone small business, small disadvantaged business or women-owned small business concerns) should be provided by interested sources via email to Tiffany.M.Squyres@uscg.mil or fax to 757-628-4135, NLT August 22, 2011 at 3:30 PM (EST). No other sources sought notice will be provided. Competition and set-aside decisions may be based on the results of this market research. No solicitation exists at this time; therefore, please do not request a copy of the solicitation. This notice is for market research purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Apartment/Rooms Requirements: Sufficient units allowing 1 bedroom per aircrew member (see detailed discussion below), Total: 34 bedrooms (12 officer / 22 enlisted) for 365 days a year. Past National Special Security Events (NSSE) with deployable RWAI assets and crews have indicated that a 2 bedroom condo with kitchenette is ideally suited for RWAI missions. • Fully furnished (extended-stay-hotel type furniture) • Contract for daily housekeeping services to include cleaning of bathrooms (daily cleaning of sink, toilet, and shower), kitchen (daily cleaning of kitchen counters, microwave and food prep surfaces) living and/or common spaces if applicable (daily trash removal). • Kitchenette in each room or a shared kitchen for no more than 4 personnel with a range, oven, full size refrigerator, sink, dishwasher, microwave, and coffee maker. Amenities: • Secure building with monitored, 24-hour, controlled access. • Air conditioning and heat, independently adjustable for each unit. • Linens provided (bed sheets/towels) with daily cleaning of towels and weekly cleaning of sheets including exchange upon request. • Cookware, dinnerware (to include: pots, pans, cups, glasses, utensils) and associated cutlery provided for each kitchenette. • Access to washer/dryer facilities on site or independent W/D units within each accommodation. • Retractable window shades to facilitate crew rest during daylight hours (e.g. "blackout curtains") and digital AC-powered alarm clocks for each bedroom. • Television with basic cable or satellite service per room. • On-site fitness facilities or contract with local fitness center no greater than 15 min walk using streets with sidewalks and pedestrian crosswalks from lodging facility. Parking: Secure and dedicated parking spaces located immediately adjacent to lodging facilities. Total of 20 spaces (8 officer / 12 enlisted). Place of Performance: The lodging facility must meet the following requirements in regards to location- • No more than a 4 mile drive to Ronald Reagan Washington National airport and within 10 minute walk to a Metro station. Exceeding this distance could result in unacceptably long commutes to/from duty in DC metro traffic and potentially prohibit the Coast Guard's ability to meet its operational readiness requirements in the NCR during a major security or weather event. • No cross-town or bridge crossings. Past experience with major metropolitan events and subsequent security measures (i.e. Inauguration, State of the Union Address, political rallies on the National Mall, etc.) has shown that direct access to/from the city is significantly disrupted making travel through or adjacent to downtown Washington DC difficult if not impossible. Additionally, inclement winter storms impact bridge travel over the Potomac and Anacostia Rivers due to hazardous icing conditions and DC/VA public works ability to salt/sand major thoroughfares in a timely manner. • Experience indicates favorable locations in or about Crystal City, Arlington, and Alexandria, VA. • Major rail lines, light-rail and subway tracks are abundant near National Airport. Consideration should be given to locations near a Metro but not immediately adjacent to railroad tracks in order to mitigate associated transportation noise that hinders night/mid shifts from obtaining adequate crew rest. NAICS: The NAICS code is 531110. The Small Business size standard is $7 Million. Contracting Office Address: USCG SILC pcb-4 300 E Main St., Ste 965 Norfolk, VA 23510 Period of Performance: The period of performance is anticipated for a base year plus four option years.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-12-I-AAS215/listing.html)
 
Place of Performance
Address: Within 4 mile drive to Ronald Reagan Washington National airport and 10 minute walk to a Metro Station., District of Columbia, United States
 
Record
SN02526098-W 20110810/110808235827-f8f7efa3ddbd4b0cd203b9fbce4f6364 (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.