Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2011 FBO #3660
MODIFICATION

X -- National Capital Region (NCR) Berthing - Solicitation 1

Notice Date
11/30/2011
 
Notice Type
Modification/Amendment
 
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-Q-AAS215
 
Response Due
12/29/2011 3:00:00 PM
 
Archive Date
1/13/2012
 
Point of Contact
Tiffany M. Squyres, Phone: 7576284127, Douglas Baskin, Phone: 7576284261
 
E-Mail Address
Tiffany.M.Squyres@uscg.mil, douglas.baskin@uscg.mil
(Tiffany.M.Squyres@uscg.mil, douglas.baskin@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 4 - Technical Capability Statement Attachment 3 - Past Performance Questionnaire Attachment 2 - Past Performance Reference Form Attachment 1 - Wage Determination Solicitation The U.S. Coast Guard, Shore Infrastructure Logistics Center (SILC), in Norfolk, VA has a requirement for lodging services for Rotary Wing Air Intercept crew members near the Ronald Reagan Washington National Airport. The lodging facility (which includes separate sleeping quarters for each member and kitchenette) shall be no more than a 4 mile drive to Ronald Reagan Washington National airport and within a 10 minute walk to a Metro station. The route from the lodging facility to the Airport shall not include any cross-town or bridge crossings. This requirement is for apartments / rooms to house 12 officers and 22 enlisted CG members on a year round, continuous basis. Each unit or apartment must allow one bedroom per aircrew member and include weekly housekeeping services. The solicitation will be issued as a 100% small business set-aside in accordance with FAR Subpart 6.1. The applicable NAICS Code is 531110, Lessors of Residential Buildings and Dwellings and the size standard is $7 million. The intended contract vehicle will be a Firm Fixed Price Contract. The period of performance is anticipated to be for a one-year Base Year and 4 one-year Option Years (not to exceed five years if all options years are exercised by the Government). The performance period of the contract is anticipated to start in February 2012. Interested parties must be registered in the Central Contractor Registration (CCR) database and must have an active and complete registration status prior to award, during performance and through final payments of any contract and/or order resulting from this solicitation. Lack of active and complete registration in the CCR database will make a contractor ineligible for award. Contractors may obtain information on registration via the Internet at www.ccr.gov or by calling (888) 227-2423. IMPORTANT: The solicitation will be available on or about November 23, 2011 and is anticipated to close on December 22, 2011. The solicitation will incorporate commercial clauses and provisions in accordance with the Federal Acquisition Regulation (FAR) Part 12 (Acquisition of Commercial Items). Interested parties are hereby notified that this solicitation will be available exclusively on the FedBizOpps website at www.fbo.gov. The solicitation (SF-1449), all attachments and all amendments will be published for viewing and printing from the FedBizOpps website. Interested parties are responsible for monitoring the FedBizOpps website for the solicitation and any amendments to the solicitation. No paper copies of the solicitation and/or amendments will be distributed. SOLICITATION IS NOW POSTED/ATTACHED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-12-Q-AAS215/listing.html)
 
Record
SN02631081-W 20111202/111130234702-d794ab5f07d9d5fed8f2843474d5b240 (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.