Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2003 FBO #0596
SOLICITATION NOTICE

X -- Dining and Lodging USCGC Staten Island

Notice Date
7/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
DTCG80-03-Q-3FAL31
 
Response Due
7/21/2003
 
Archive Date
12/30/2004
 
Point of Contact
Mark Corse, Contract Specialist, Phone (757) 628-4646, Fax (757) 628-4676, - Marion Veber, Supervisory Contract Specialist, Phone 757-628-4633, Fax 757-628-4676,
 
E-Mail Address
mcorse@mlca.uscg.mil, mveber@mlca.uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number DTCG80-03-Q-3FAL31 applies and is issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-14. This requirement is being solicited on an unrestricted basis, with full and open competition to provide dining and lodging for 18 Coast Guard personnel. The NAICS Code is 721110. This requirement is for a fixed priced contract. The statement of work reads: Contractor shall provide quality temporary lodging and healthy, appetizing, and nutritious dining, INCLUDING WAIT-STAFF GRATUITIES, for 18 Coast Guard personnel within a 3-mile radius of Alliance Technical Services, 400 W. 24th Street, Norfolk, VA 23517. Provide 3 single occupancy and 8 double occupancy rooms for Coast Guard personnel for the period of 07/30/03 thru 09/10/03 (a total of 42 calendar days). Commencement and completion. Dining shall commence with providing lunch on 7/30/03 and end with providing breakfast on 9/10/03. Use of lodging shall begin on 07/30/03, at the Lodging facility’s normal check-in time and end on 9/10/03, at the normal check-out time. Breakfast: Breakfast choices shall include fresh fruit juices, milk, cereals, eggs to order, pancakes, French toast or waffles; bacon and another breakfast meat; potatoes or grits; toast or pastry; choice of coffee or tea; butter, margarine, syrup and jelly or jam. Lunch & Dinner: Lunch and Dinner shall include a choice of three different Entrées including a salad, and side dishes, accompanied by the appropriate sauces, gravies, or salad dressings; choice of beverage. Each meal shall be served with a choice of bread and butter or margarine; soup, fruits, and dessert. Entrée choices shall vary in a manner not to repeat within a 3 day period. Take-out Meals: Provide approximately 3 carry-out meals for pick-up by Coast Guard personnel during breakfast and dinner. Provide approximately 3 carry-out meals for pick-up by Coast Guard personnel for lunch. Regulations and standards. All lodging facilities provided shall: (1) Meet the Hotel and Motel Fire Safety Act of 1990 (PL101-391) and be listed on the Hotel-Motel Master List (http://www.usfa.fema.gov/applications/hotel/). (2) Meet, at a minimum, the requirements for a Mobil Travel Guide Rating of two stars or AAA Diamond Rating of two diamonds and include free parking for 3 vehicles. Lodging will include daily cleaning, change of linen, and replenishment of toiletries. [NOTE: The facilities must meet the requirements, at a minimum, but do not actually have to be formally rated by either organization. Rating criteria can be found at the following websites: For AAA/CAA - http://www.aaanewsroom.net/Main.asp?ListAllPubs=1&CategoryID=9& Select “Diamond Ratings.”, for MOBIL Travel Guide - http://www.exxonmobiltravel.com/ Select “Mobil Stars” then “Restaurant Stars” or “Lodging Stars.”. Anticipated award date: July 28, 2003. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference and/or full text as required. FAR 52-212-1 Instructions to Offerors Commercial Items (Oct 2000)[except paragraph (f)] FAR 52.212-2 Evaluation Commercial Items (Jan 1999) This provision will not be used. The government intends to award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, provides the lowest price. FAR 52.213-3 - Offeror Representations and Certifications Commercial Items (Apr 2002), Alt I (Jun 2003) FAR 52.212-4 Contract Terms and Conditions – Commercial Items (Feb 2002) FAR 52.252-2 Clauses incorporated by Reference (Feb 1998) This solicitation 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 the internet address: www.deskbook.osd.mil (End of Clause) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (June 2003) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (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: FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). FAR 52.225-3, Buy American Act--North American Free Trade Agreement--Israeli Trade Act (June 2003) (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). FAR 52.225-13, Restriction on Certain Foreign Purchases (June 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (May 1999) (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: FAR 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.). DOL Wage Determination 94-2543 VA, NORFOLK Revision 31 dated 6/26/03 applies. Copies of this Wage Determine will be provided upon request. Refer questions to Mark Corse (757) 628-4646. Submit quotes to arrive no later than 2:00 pm (local) July 21, 2003. Quotations sent via the US Postal Service or hand delivered to: Commanding Officer (vpl-4), USCG MLC Atlantic, ATTN: Mark Corse, 300 E. Main Street, Suite 600, Norfolk, VA 23510. Faxed quotations will be accepted at (757) 628-4676/4675 E-mail quotes are acceptable and may be forwarded to Mark Corse at mcorse@mlca.uscg.mil
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/COUSCGMLCA/DTCG80-03-Q-3FAL31/listing.html)
 
Place of Performance
Address: Portsmouth, VA
 
Record
SN00373504-F 20030718/030716221841 (fbodaily.com)
 
Source
FedBizOpps.gov 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.