Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2004 FBO #0875
SOLICITATION NOTICE

99 -- Mess/Berthing Accomodations for crew of CGC ALEX HALEY in Bellingham, WA

Notice Date
4/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 50-7, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG85-04-Q-625634
 
Response Due
4/27/2004
 
Point of Contact
Rebecca Budde, Contracting Officer, Phone 510-437-3988, Fax 510-437-3392, - Janyce DeCanto, Contracting Officer, Phone (510) 437-3773, Fax (510) 437-3392,
 
E-Mail Address
rbudde@d11.uscg.mil, jdecanto@d11.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation HSCG85-04-Q-625634 for commercial items 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 and quotations are being requested. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 01-19. This is small business set-aside procurement. The NAICS is 721110. It is the policy of the Coast Guard 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 Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard 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. Informal forum with the Ombudsman. Interested parties who believe that Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester?s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency?s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address: Commandant (G-CPM-S/3), 2100 2nd Street, SW, Room 2606, Washington, D. C. 20593, Telephone (202) 267-2285, Fax: (202) 267-4011. Award of a contract will be based on the following criteria: Past Performance and price. Offerors are cautioned that the government intends to evaluate offers and award a contract without discussions. Therefore, offeror?s initial offer should contain its best terms. The contract will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. The Coast Guard has a requirement to procure the following items for the BERTHING & MESSING of the USCGC ALEX HALEY crew during the period of 28 May through 5 July 2004. The cutter will be located at Fairhaven Shipyard, Bellingham, WA. The requirements are as follows: 4 SINGLE and 55 DOUBLE ROOMS. Meals, starting with dinner on the 28th of May through breakfast on the 6th of July 2004: Served and boxed breakfast Mon through Sun ? 6:00 ? 8:00 am ? 100 served and 12 boxed to be delivered to the cutter by 7:00 am. Served and boxed lunch Sat ? Sun at ? 11:30 am ? 1:00 pm ? 100 served and 12 boxed to be delivered to the cutter by 11:30 am. Boxed lunch Mon ? Friday ? delivered by 11:30 am to the cutter - 115 boxed. Dinner served and boxed Mon ? Sun ? 4:30 pm ? 6:00 pm - 100 served and 12 boxed to be delivered to the cutter by 5:00 pm. Note: The count for boxed meals (not including lunch during the week) may change after the contract starts. Location of off-ship messing and berthing must be located as close as possible without exceeding 20 minute one-way commute from Harris Ave, Bellingham, WA and if meals are not served at the hotel, the dining facility must be within ? mile of the berthing facility. Inspection of the facilities prior to award will be made. Potential sources having the expertise and required capabilities are invited to submit quotations that will be considered by the agency. Quotations should be written and submitted in a legible format. Award will be made to the responsible offeror whose offer conforms to the solicitation. Quotes must contain the contractor?s Tax Information Number, and DUNS Number. Quotes must be received not later than 26 April 2004, 11:00 A.M. local time. Quotations received after the date and time specified will not be considered. Offerors may fax their quotes to: 510 437-3392 Attn: Rebecca Budde. Specifications are available through e-mail request to r.budde@d11.uscg.mil. The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offeror-Commercial Items (JAN 2004). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2004) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2004). The following clauses listed in 52.212-5 are incorporated: 222-21, Prohibition of Segregated Facilities (FEB 1999) FAR 52.209-6, 52.217-8-9, 52.219-1, 52.219-6, 52.222-19, 52.222-21-22, 52.222-25-26, 52.222-35-36, Service Contract Act of 1965, as Amended (MAY 1989) 52.222-41, 52.222-42 Statement of Equivalent Rates For Federal Hires (MAY 1989) (Food Service $9.38 (Min Wage Rate $8.62), Cook I, $11.14, (Min Wage Rate $10.89), Dishwasher, $9.55, (Min Wage Rate $7.86), Waiter/Waitress, $11.91 (Min Wage Rate $7.86), Maid or Houseman, $9.32, (Min Wage Rate $8.62), Cashier, $10.49 (Min Wage Rate $8.62) and Desk Clerk, $10.81 (Min Wage Rate $8.62), 52.222-43, 52.222-47, 52.222-49, 52.225-2, 52.232-1, 52.232-8, 52.323-11, 52.232-23, 52.232-25, 52.232-33, 52.232.38, 52.233-1, 52.233-3, 52.242-2, 52.243-1, 52.249-1, 52.253-1. SPECIAL NOTE: FAR 52.212-2 EVALUATION ? COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance and Price. 1) Price: The total price will be the evaluated price. 2) Past Performance: The offeror is required to identify past or current contracts for efforts similar to this Messing & Berthing requirement. Offerors are to submit three (3) references. Provide as a minimum the following applicable information: contract number, type of service involved, total dollar amount, procuring activity or firm?s complete name, include addresses, telephone numbers and the point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management. ATTENTION: For Women-Owned and Disadvantage Business Enterprises, the Department of Transportation (DOT) Minority, Office of Small and Disadvantaged Business Utilization has programs to assist minority, women-owned and disadvantaged enterprises to acquire short-term working capital assistance for transportation related contracts. Loans are available under the DOT Short-Term Lending Program (STLP) at the prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
 
Place of Performance
Address: Bellingham, WA
Zip Code: USA
 
Record
SN00567977-W 20040419/040417211515 (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.