Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOLICITATION NOTICE

V -- DINING AND LODGING - SPECIFICATIONS

Notice Date
4/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561599 — All Other Travel Arrangement and Reservation Services
 
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
HSCG80-17-Q-P45F57
 
Archive Date
5/12/2017
 
Point of Contact
Yvette R Johnson, Phone: 410-762-6263
 
E-Mail Address
Yvette.R.Johnson@uscg.mil
(Yvette.R.Johnson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SPECIFICATIONS THE USCG SURFACE FORCES LOGISTICS CENTER, EMERGENCY DINING AND LODGING REQUIREMENT TO PROCURE THE SERVICES NOTED BELOW. QUOTES MAY BE SUBMITTED BY EMAIL TO Yvette.R.Johnson@USCG.MIL USCGC Adelie (WPB). QUALITY TEMPORARY LODGING AND MESSING FOR 12 COAST GUARD PERSONNEL. PROVIDE 04 DOUBLE OCCUPANCY AND 04 SINGLE OCCUPANCY ROOMS. PERIOD APRIL 28, 2017 and Terminate on AY 05, 2017. HOTEL SHALL BE WITHIN 15 MILE RADIUS OF BAY SHIP AND YACHT COMPANY, 2900 MAIN STREET, STE 2100, ALAMEDA, CA 94501 PROVIDE PROOF OF HOTEL LOCATION/MILE RADIUS WITH BID. IF A CIRCUITOUS ROUTE IS CREATED TO MEET THE MILE RADUIS REQUIREMENT *YOUR BID WILL NOT BE CONSIDERED.* BERTHING AND MESSING REQUIREMENT IN ACCORDANCE WITH UPLOADED SPECIFICATION FOR DINING AND LODGING DURING DRYDOCK REPAIRS. GIFT CARD/CREDIT CARDS FOR MEALS PROVIDED TO CREW IS NOT ACCEPTABLE. VENDOR MUST MAKE ARRANGEMENT WITH RESTAURANT(S) FOR PAYMENT OF MEALS. IF OFFERING RESTAURANT(S) FOR MESSING PROVIDE MENU(S) AND ADDRESS OF RESTAURANT(S) WITH BID. THERE IS TO BE A MIN OF 5 RESTAURANTS NEAR HOTEL AND MIN OF 5 RESTAURANTS NEAR SHIP YARD LOCATION. GOVERNMENT HAS THE OPTION TO REQUEST REMOVAL OR ADD ON OF ADDITIONAL RESTAURANTS. CONCERNS THAT RESPOND TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THE ABOVE AND ARE TO SUPPLY PERTINENT QUOTE INFORMATION IN SUFFICIENT DETAIL TO DEMONSTRATE A BONA FIDE CAPABILITY TO MEET THE REQUIREMENT. SPECIFICATION WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT APRIL 26, 2017. IT IS THE OFFERORS RESPONSIBILITY TO MONITOR FEDBIZOPPS FOR CHANGES OR AMENDMENTS TO THE QUOTATION. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION. IF TIMELY RECEIVED WILL BE CONSIDERED BY THIS AGENCY. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005 95 (Jan 2017) and 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. The NAICS code for this solicitation is 561599 and the business size standard is 1250. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply. The U.S. Coast Guard intends to award on an all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. The Coast Guard intends to award on a Firm Fixed Price Contract. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is April 27, 20017, at 9:00 AM Eastern Standard Time OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal __HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (June 2006) (End of provision) The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2016); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (December 2016) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017). The following clauses listed within FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)52.212-5 are applicable: FAR 44), FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (April 2015)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (July 2014); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (May 2014); FAR 52.225-3, Buy American Act-Free Trade Agreement (May 2014)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG80-17-Q-P45F57/listing.html)
 
Record
SN04486741-W 20170428/170426235737-a4ff5dc2a3fb85110694502cb0997cfc (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  © 1994-2020, Loren Data Corp.