Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2017 FBO #5700
SOLICITATION NOTICE

X -- Dining & Lodging for 47 Coast Guard Personnel - Specification for Hollyhock Dining and Lodging

Notice Date
6/30/2017
 
Notice Type
Combined Synopsis/Solicitation
 
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) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-17-Q-P45L20
 
Archive Date
9/29/2017
 
Point of Contact
Andrew G. Jacobs, Phone: 5106375874
 
E-Mail Address
Andrew.G.Jacobs@uscg.mil
(Andrew.G.Jacobs@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Spreadsheet for Hollyhock Dining & Lodging Specification for Hollyhock Dining & Lodging This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice and also in accordance with FAR part 13. The provisions and clauses in this synopsis/solicitation are those in effect through Federal Acquisition Circular 2005-95. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM.gov) and shall provide the company Tax Information Number (TIN) and DUNs with their offer. Solicitation HSCG85-17-Q-P45L20 is being issued as Small Business Set-Aside, Request for Quotation (RFQ). The NAICS Code is 721110. General Summary: Dining and Lodging for 47 Coast Guard personnel. Provide 22 double occupancy and 3 single occupancy rooms for 47 personnel. Lodgings must be within 20 miles of: Fraser Shipyards Incorporated 1 Clough Avenue Superior, WI 54880 The definite period of performance is 51 calendar days: 12 July 2017 - 31 August 2017. The optional period of performance is an additional 7 days: 1 September - 7 September 2017. Complete the Schedule of Supplies/Services below for the entire period of performance. Vendors must fill in the enclosed pricing spreadsheet attached to this combined synopsis/solicitation. RESPONDENTS TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THIS REQUIREMENT AND ARE TO SUPPLY PERTINENT QUOTE INFORMATION IN SUFFICIENT DETAIL, THUS DEMONSTRATING A BONA FIDE CAPABILITY TO MEET THE REQUIREMENTS SETFORTH IN THE SPECIFICATION. SCHEDULE OF SUPPLIES/SERVICES: PRICING FOR LODGING: Definite Items for 12 July - 31 August 2017: Single Rooms: 3 x 51 days = $ Double Rooms: 22 x 51 days = $ Total for Lodging for the definite period of performance: $ Optional Items for 1September - 7 September 2017: Single Rooms: 3 x 7 days = $ Double Rooms: 22 x 7 days = $ Total for Lodging for the optional period of performance: $ PRICING FOR DINING: Definite Items for 12 July - 31 August 2017: Breakfast: 47 people x 51 days = $ Lunch: 47 people x 51 days = $ Dinner: 47 people x 51 days = $ Total for dining for the definite period of performance: $ Optional Items for 1September - 7 September 2017: Breakfast: 47 people x 7 days = $ Lunch: 47 people x 7 days = $ Dinner: 47 people x 7 days = $ Total for dining for the optional period of performance: $ GRAND TOTAL FOR ALL DEFINITE & OPTION ITEMS: $ Quotes should be sent via email to Andrew.G.Jacobs@uscg.mil. QUOTES ARE DUE on 6 July 2017 at 9:00am Pacific Time. For information regarding this acquisition, please submit your questions via email to Andrew Jacobs at Andrew.G.Jacobs@uscg.mil or call 510-637-5874. The anticipated award date is on or about 7-10 July 2017. The government intends to award a fixed priced contract resulting from this solicitation to the responsible vendor whose complete quote, conforming to the solicitation, provides the best value. All dining and lodging shall be provided in accordance with the attached specification. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. The Clause at FAR 52.252-2, Clauses Incorporated By Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/farsite_alt.html. The following provisions and clauses are applicable to this acquisition and are hereby incorporated by reference: The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items. The provision at FAR 52.212-2, Evaluation--Commercial Items Evaluation and Award: The government intends to award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation provides the best value to the government. The offeror's technical capability to meet the requirements of the specification and the quoted price are evaluation factors. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; Quotes must include a completed copy of this provision. FAR 52.212-4, Contract Terms And Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following selectable clause options listed within FAR 52.212-5 are also applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). _X__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X__ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). _X__ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). _X__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). _X__ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). _X__ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). _X__ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). _X__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). _X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X__ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). _X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X__ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). _X__ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X__ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). _X__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X__ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). _X__ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). _X__ (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X__ (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X__ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). _X__ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (e) (xi) __X__ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). NOTICE FOR FILING AGENCY PROTESTS - United States Coast Guard Ombudsman Program. It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-17-Q-P45L20/listing.html)
 
Place of Performance
Address: Lodging within 20 miles of:, Fraser Shipyards Incorporated, 1 Clough Avenue, Superior, Wisconsin, 54880, United States
Zip Code: 54880
 
Record
SN04564702-W 20170702/170630234549-2e0cedd2ce9cd672454f8cccc15a1945 (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.