Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2013 FBO #4374
MODIFICATION

V -- LODGING FOR 28 CREW MEMBERS OF THE NOAA SHIP HI’IALAKAI DURING SHIPYARD PERIOD AT LAKE UNION DRYDOCK, SEATTLE, WA

Notice Date
11/13/2013
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133M-14-RQ-0011
 
Archive Date
11/29/2013
 
Point of Contact
STEPHANIE M. GARNETT, Phone: (808)983-5704
 
E-Mail Address
STEPHANIE.M.GARNETT@NOAA.GOV
(STEPHANIE.M.GARNETT@NOAA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The National Oceanic and Atmospheric Administration (NOAA) Office of Marine and Aviation Operations (OMAO) has a requirement for lodging for 28 crew-members of the NOAA ship Hi'ialakai during the ship's drydock period at the Lake Union Drydock Company, Seattle, WA. (ii) The solicitation document, AB133M-14-RQ-0011, is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-70, effective September 30, 2013. (iv) This procurement is 100% set aside for small business concerns under the North American Industry Classification System Code (NAICS) 721110 with a small business size standard of $30 million. The Government intends to issue a fixed-unit-price contract for a 60-day period of performance commencing approximately November 21, 2013 through January 19, 2014. One additional option period not-to-exceed 30 days will also be included. (v) CONTRACT LINE ITEM NUMBERS (CLINS): Base: 0001 - Lodging for 28 crew members for 60 days beginning November 21, 2013 through January 19, 2014 at a daily rate and total for the entire 60-day period. 0002 - Parking for 5 vehicles at a monthly rate per vehicle and a total for the entire 60-day period. Options: 1001 - Lodging for 28 crew-members for an additional 30 days at a daily rate and a total for the entire 30-day period. 1002 - Parking for 5 vehicles at a monthly rate per vehicle and a total for the entire 30-day period. (vi) All lodging proposed must be in accordance with the requirements of the attached Statement of Work (SOW). (vii) FAR 52.212-1, Instructions to Offerors - Commercial Items (JUL 2013), applies to this acquisition. In addition to written price quotes, quoters are instructed to provide a technical proposal, which demonstrates the capability of the quoter to meet or exceed the required technical specifications as stated in the Statement of Work (SOW). Quoters shall provide at least two, but no more than five references for similar requirements performed within the past three years. For each reference, include the name and title of the customer's point of contact, company or agency name, telephone number, e-mail address, date of purchase order award, contract value and a description of the work performed. (viii) FAR 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: The Government will award a purchase order resulting from this solicitation to the responsible quoter on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors as listed in the Statement of Work (SOW). Quality of Services: Quoters will be evaluated on their demonstrated capability to meet the required technical specifications as stated in the SOW. Past Performance: The evaluation of past performance will assess the quoter's history of providing lodging services. Quoters with no relevant past or present performance history shall receive the rating "neutral," meaning the rating is treated neither favorably nor unfavorably. Past performance information may be obtained from sources other than those included with the quote, other customers known to the Government and others who may have useful and relevant information. (ix) The quoter must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2013), with each quote. (x) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (SEPT 2013), applies to this acquisition. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (SEPT 2013) applies to this acquisition. The following clauses under subparagraph (b) apply: (1), (4), (6), (8), (12), (14), (17), (23), (26), (28), (29), (30), (31), (32), (33) (38), (42), and (48). The following clauses under subparagraph (c) apply: none. (xii) The following clauses are also applicable to this acquisition: Department of Commerce Clauses: 1352.201-70, 1352.209-73, and 1352.209-74 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) The following additional terms and conditions apply: Representations by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Class Deviation-March 2012), and Assurance by Corporations Regarding any Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Class Deviation-March 2012). FAR clauses and provisions are available on the Internet website: https://www.acquisition.gov CAR clauses and provisions are available on the Internet website: http://ecfr.gov (Chapter 13). (xiii) All vendors doing business with the Government are required to be registered with the System for Award Management (SAM). NO award can be made unless the vendor is registered in SAM. For additional information and to register in SAM, please access the following website: www.sam.gov. In order to register with the SAM and to be eligible to receive an award from this acquisition office, all offerors must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This procurement also requires offerors to complete the electronic representations and certifications at the SAM website. All responsible and fully responsive sources may submit a proposal which will be considered by the Agency. (xiv) Defense Priorities and Allocations System (DPAS) and assigned ratings do not apply to this acquisition. (xv) All responses must be in writing and may be emailed to the attention of Contract Specialist Stephanie Garnett at Stephanie.M.Garnett@noaa.gov no later than November 14, 2013 by 10:00 A.M. (Hawaii Aleutian Standard Time). All inquiries shall be submitted to the same email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133M-14-RQ-0011/listing.html)
 
Record
SN03233039-W 20131115/131113235625-60e206ac48fba9fd4f769c4e62233c5e (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.