Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SOURCES SOUGHT

V -- USCG Long Range Enforcer Product Line (LREPL) Lodging and Dining Services IDIQ FY21-26

Notice Date
8/21/2020 10:38:45 AM
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z085-21-I-P-DSDD-ALL-00
 
Response Due
9/20/2020 12:00:00 AM
 
Archive Date
09/21/2020
 
Point of Contact
David Blankenship - Contract Specialist
 
E-Mail Address
david.j.blankenship@uscg.mil
(david.j.blankenship@uscg.mil)
 
Description
The U.S. Coast Guard (USCG) Surface Forces Logistics Center (SFLC) is conducting market research for all interested contractors capable of providing the requirement for lodging and dining services for USCG personnel throughout the continental United States (CONUS), as well as Alaska and Hawaii (OCONUS). This Sources Sought synopsis is issued for maximizing competition. The USCG intends to issue a single solicitation which will result in award of a Multiple Award Task Order Contract (MATOC), which is an Indefinite Delivery Indefinite Quantity (IDIQ) contractual vehicle, for up to five (5) qualified, responsive, and responsible contractors for services over a period of performance that includes one (1) base year (01 March 2021 through 28 February 2022), and up to four (4) option years. This synopsis is not a request for proposal. It is a market research tool used to determine procurement strategy and level of interest. Appropriate strategy will be determined after consideration of industry response to this synopsis. The USCG will not pay for any information received from potential sources as a result of this synopsis. The USCG will not specify the locations, quantities, or task order period of performance at the time of solicitation. Yearly estimates may be as high as lodging and dining for up to 300 USCG personnel and up to 120 days at a time. The requirement for lodging and dining of cutter crews is typically driven by major maintenance availabilities such as Drydocking and Dockside availabilities. LREPL cutters are typically drydocked in the below non-inclusive list of maintenance locations. Lodging and dining services will be known approximately two (2) or more months prior to required start date, or as little as 14 days prior to required start date. Successful offerors shall be able to deliver nation-wide lodging and dining services in as little as 14 days from receipt of task order. The solicitation will be issued as a negotiated procurement. Offerors will be required to submit both technical and price proposals. Proposals will be evaluated using best value trade-off source selection procedures. The USCG intends to award without discussions. Therefore, the offeror's initial proposal must contain its best offer from a technical and price stand point. The USCG reserves the right to acquire services through other means if determined to be in the government's best interest. As existing task orders for these services expire, a Request for Proposal (RFP) may be initiated. The RFP will be sent to the MATOC holders only. Each MATOC holder will be limited to a certain number of proposals, the number of which is yet to be determined. Firm-fixed-price task orders will be issued for each required location following evaluation of proposals. MATOC holders may decline to submit a proposal for any location. In your response, please address the following at a minimum: Confirm your capability to deliver lodging in a secure environment and dining services to CONUS and OCONUS ports of call, and specifically the locations in Table 1 below. Confirm your ability/responsiveness to respond to task order requirements within 14 days.� Please address any capabilities you have to respond to task order requests in less than 14 days.� Confirm that lodging services can be distributed amongst a maximum of two (2) lodging facilities for each task order requirement. Provide examples of similar requirements where you have delivered nation-wide lodging and dining services as a prime or sub-contractor. Provide recommendations the USCG may wish to implement in order to best achieve success and appropriate marketplace competition. NAICS Code for this requirement: 72 Accommodation and Food Services, 721110� (Hotels and Motels) PSC Code for this requirement: V231 Transportation/Travel/Relocation � Travel/Lodging/Recruitment (LODGING � HOTEL/MOTEL) Size Standard: $35 million� Table 1. Typical LREPL maintenance locations. Ketchikan, AK Seward, AK Everett, WA Seattle, WA Portland, OR Vallejo, CA Alameda, CA San Diego, CA Honolulu, HI North Charleston, SC Tampa, FL Brooklyn, NY Norfolk, VA A DRAFT Statement of Work (SOW) is provided as Enclosure (1).�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/36ed5be649f54f558db31418fd0ed450/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05769710-F 20200823/200821230208 (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.