Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOLICITATION NOTICE

99 -- Yellow Ribbon Reintegration Event PSU 311 MID Anaheim, CA Area - Attachments 1 & 2

Notice Date
9/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
70Z023-19-Q-PRP001
 
Archive Date
10/24/2018
 
Point of Contact
Marvin F. Williams, Phone: 2024753760, James R. Robinson, Phone: 2024753786
 
E-Mail Address
marvin.f.williams@uscg.mil, James.R.Robinson@uscg.mil
(marvin.f.williams@uscg.mil, James.R.Robinson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Please submit all pricing in the attached pricing sheet. The United States Coast Guard (USCG) is issuing a combined synopsis/solicitation, request for quotation number 70Z02319QPRP001, for Yellow Ribbon Reintegration Program Mid Deployment Event for PSU 311 in the Anaheim, CA Area. Under the authority of Federal Acquisition Regulation (FAR) Part 52.232.18, Availability of Funds (Apr 1984). Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The applicable NAICS code is 721110 Hotels (except Casino Hotels) and Motels. The SBA small business size standard is $32,500,000.00. This is an unrestricted requirement. The Coast Guard requests that only hotel and conference capable facilities respond to this requirement as responses from event planners and related enterprises will not be entertained. Attachment (1) Statement of Work (SOW) provides a description of the requirements for the services to be acquired. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. 52.212-2, Evaluation - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017), applies to this solicitation and is included in the attached Terms and Conditions. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer and the "fill-in" for 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006). Terms and conditions necessary for this acquisition and consistent with customary commercial practices are found in Attachment 3. Any questions or concerns regarding any aspect of this RFQ shall be emailed to Marvin F. Williams at Marvin.F.Williams@uscg.mil before 9:00 am EST on Tuesday, 2 October 2018. Please submit quotations via email to Marvin F. Williams at Marvin.F.Williams@uscg.mil before 9:00 am EST on Tuesday, 9 October 2018. When responding, please include "70Z02319QPRP001" in the subject line of the email. CONTENT Quotes shall include the following: (1) Technical Capability • Overall ability to provide lodging, conference space, food, A/V equipment, and parking as specified in the statement of work (SOW). This document shall include written information that pertains to the offeror's technical capability. It may include a facility brochure. The proposal shall include a detailed description, map or layout of the facility's conference rooms. • For a proposal submitted by an offeror other than a hotel, the offeror must describe in its proposal the technical approach for the offeror's services as a prime contractor. Proposals submitted by an offeror other than a hotel shall provide the following: (1) Valid business insurance certificate. (2) Hotel agreement verified and countersigned by both parties to include the authorized agent of the participating hotel (on hotel letterhead). (2) Responsibility • Quote must include company's address, DUNS Number, CAGE CODE, and Tax ID Number. • The entity's active SAM information, which can be found on www.sam.gov (submitted in PDF or Word). (3) Price • The Offeror shall provide a price proposal on a firm-fixed price basis. The Contractor shall provide pricing in the Pricing Sheet (Attachment 2). EVALUATION (1) Technical Capability The Government will evaluate the Offeror's specifications to determine its demonstrated understanding of the requirements outlined and its capability to meet or exceed the government's requirements as detailed in the solicitation and/or Statement of Work (SOW). Additionally, the government may require a site visit to review the hotel prior to award of contract. (2) Responsibility The Government will evaluate ALL prospective offerors for responsibility, determined by an active SAM record submission. (3) Price The Government will evaluate the price to determine price reasonableness by comparing proposed prices with price competition, past pricing, and/or Independent Government Cost Estimates. BASIS FOR AWARD This award will be based on technical capability and price reasonableness. The award will be made to the lowest price and technically acceptable (LPTA) offeror. Offerors that do not submit all the information required, may or may not be considered for award. Sincerely, James R. Robinson Contracting Officer, CG-9124
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/70Z023-19-Q-PRP001/listing.html)
 
Place of Performance
Address: TBD, Anaheim, California, United States
 
Record
SN05088398-W 20180915/180913231519-ebd18d41baac2538b4f7bec78ba11126 (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.