Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2019 SAM #6590
SOLICITATION NOTICE

V -- Temporary Dining and Lodging for CGC HAWKSBILL

Notice Date
12/13/2019 9:13:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08020QP4546800
 
Response Due
12/18/2019 9:00:00 AM
 
Archive Date
01/02/2020
 
Point of Contact
JESUS C. YUTIG, Phone: 4107626957
 
E-Mail Address
JESUS.C.YUTIG@USCG.MIL
(JESUS.C.YUTIG@USCG.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The USCG Surface Forces Logistics Center has a requirement to procure the services noted below. Submit all Quotes to E-Mail: JESUS.C.YUTIG@USCG.MIL 410-762-6957. This is a combined synopsis/solicitation for Commercial Services prepared in accordance with the format in FAR Subpart 12.6, using simplified acquisition procedures for evaluation and solicitation for commercial items and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation notice. Quotations are being requested and a written solicitation will not be issued. This request for proposal incorporates provisions and clauses in effect through Federal Acquisition Circular 2006-9 Nov. 6th, 2017.The NAICS code for this solicitation is 721110.This notice "IS" SET-A-SIDE for SMALL BUSINESS.The US Coast Guard Surface Forces Logistics Center (SFLC), Baltimore Maryland, has a requirement for the following:General Summary parameters for DINING & BERTHING (listed in Spec) described as follows:Lodging for 12 US Coast Guard personnel from: 22 JAN 2020 - 22 MAR 2020, as per attached specifications. Provide 04 double occupancy and 04 single occupancy rooms for above-mentioned personnel.Lodgings must be within 10-mile radius of Al Larson Boat shop, Berth 258, 1046 Seaside Avenue, Terminal Island, CA 90731 or Dry-dock Location.Dining for 11 US Coast Guard personnel from: 22 JAN 2020 - 22 MAR 2020, as per attached specifications within a 5-mile radius of the crew’s primary lodging location and within a reasonable distance (not more than 5 miles) of the shipyard location for lunch. NOTE: MEAL ON LAST DAY IS BREAKFAST; UNLESS PRIOR APPROVAL IS GIVEN.NOTE: THIS CONTRACT WILL BE AWARDED ON A FIRM-FIXED PRICE BASIS. PLEASE QUOTE ONE TOTAL JOB PRICE, WITH CLEAR COST BREAKDOWN, RATHER THAN JUST "ROOM PER DAY" RESPONDENTS TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THE ABOVE AND ARE TO SUPPLY PERTINENT QUOTE INFORMATION IN SUFFICIENT DETAIL, THUS DEMONSTRATING A BONA FIDE CAPABILITY TO MEET THE REQUIREMENTS SETFORTH IN SPECIFICATIONS. IF A CIRCUITOUS ROUTE IS CREATED TO MEET THE MILE RADUIS REQUIREMENT *YOUR BID WILL NOT BE CONSIDERED.* VENDOR MUST PROVIDE HOTEL RATING AND MILE RADIUS PROOF WITH THEIR QUOTE.CONTRACTING OFFICER'S AUTHORITY:NO ORAL OR WRITTEN STATEMENT OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER WILL IN ANY MANNER OR DEGREE MODIFY OR OTHERWISE AFFECT THE TERMS OF THIS CONTRACT. THE CONTRACTING OFFICER IS THE ONLY PERSON AUTHORIZED TO APPROVE CHANGES IN ANY OF THE REQUIREMENTS UNDER THIS CONTRACT, AND NOT WITH STANDING, ANY PROVISIONS CONTAINED ELSEWHERE IN THIS CONTRACT, SAID AUTHORITY REMAINS SOLELY WITH THE CONTRACTING OFFICER. IN THE EVENT THE CONTRACTOR EFFECTS ANY SUCH CHANGE AT THE DIRECTION OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER, THE CHANGE WILL BE CONSIDERED TO HAVE BEEN MADE WITHOUT AUTHORITY AND NO ADJUSTMENT WILL BE MADE IN THE CONTRACT PRICE TO COVER ANY INCREASE IN COST INCURRED AS A RESULT THEREOF. REQUEST FOR QUOTATION 70Z08020QP4546800 WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT 12DEC2019.IT IS THE OFFERORS RESPONSIBILITY TO MONITOR FEDBIZOPS FOR CHANGES OR AMENDMENTS TO THE QUOTATION. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION, WHICH IF TIMELY RECEIVED NLT December 18, 2019 @ 12:00 PM EST, WILL BE CONSIDERED.IV. EVALUATIONAward shall be made without discussion unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the following technical, price and price-related factors:1. Technical Capability.Technical capability shall be evaluated on the company’s ability to meet all requirements of this solicitation, based upon attached Scope of Work and access to required drawings and specifications needed to repair the items. 2. Past Performance. Past performance shall be evaluated based on previous contracts completed during the past three years or currently in process for the same type of services that are being solicited under this requirement. Contracts may include those entered into by the Federal Government, agencies of the state and local governments, and commercial customers. The Company shall include past performance information for any major subcontractor to be utilized during performance and must be relevant to the scope of work they may perform under the Purchase Order resulting from this solicitation. The Company shall supply at least three (3) contracts completed during the past three years or currently in process for the same services that are being solicited under this solicitation. References other than those provided by the Company may be contacted by the Government to obtain additional information that shall be used in the evaluation of the company’s past performance. The Government may waive the submission of past performance information by the company if adequate data already exists on file with this office.3. Delivery Schedule. [Any other factors that may be important to the Government for this solicitation may also be included in this section - i.e. warranty, etc.]4. Price------------------------------------------CLAUSES AND PROVISIONSThis request for quotation is issued in accordance with the format in subpart 12.6 of the FAR and pursuant to FAR part 13 and FAC no. 2005-95 (JAN 2017) 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) with their offer..The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors -Commercial Items (June 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (DEC 2014). 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 (Jun 2010); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEC 2014).The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program representation (JUL 2013) (15 U.S.C. 632(a) (2); FAR 52.222-3, Convict Labor (Jun 2003) (E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (OCT 2000)(E.O. 11246);FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009);FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d);52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013)(31 U.S.C. 3332);The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors -Commercial Items (OCT 2015); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2015). 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 (JAN 2016); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2018) FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332);52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.52.222-41, Service Contract Act of 1965, (Nov 2007),52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000)(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.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:(1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C.(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).(End of Clause) The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers' parts.Primary Point of Contact:JESUS C. YUTIGContracting Office Address:2401 Hawkins Point RoadBuilding 31, Mail Stop 26Baltimore, Maryland 21226-5000United StatesPh. 410.762.6957
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9da6c669cbb048b29bfea9cae2f272b6/view)
 
Place of Performance
Address: 68322, CA 90731, USA
Zip Code: 90731
Country: USA
 
Record
SN05516440-F 20191215/191213230257 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.