Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2004 FBO #0937
SOLICITATION NOTICE

99 -- MESSING & BERTHING FOR CGC ACTIVE (WMEC 618)

Notice Date
6/18/2004
 
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-625807
 
Response Due
7/6/2004
 
Archive Date
7/21/2004
 
Point of Contact
Janyce DeCanto, Contracting Officer, Phone (510) 437-3773, Fax (510) 437-3392, - Rebecca Budde, Contracting Officer, Phone 510-437-3988, Fax 510-437-3392,
 
E-Mail Address
jdecanto@d11.uscg.mil, rbudde@d11.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation HSCG85-04-Q-625807 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; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 01-19. This is small business set-aside procurement. This announcement constitutes the only solicitation; proposal being requested and a written solicitation WILL NOT be issued. 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 experience will be evaluated. Offerors are cautioned that the government intends to evaluate offers and award a contract without discussion with offerors. Therefore, the 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 ACTIVE (WMEC 618) crew during the period of 13 July 2004 through 03 August 2004. The cutter will be dry-docked at FAIRHAVEN SHIPYARD, 201 Harris Avenue, Bellingham, WA. The requirements are as follows: four (04) single rooms and thirty-three (33) double rooms for 22 days, starting the evening 13 July 2004. Messing: Breakfast, lunch and dinner served to seventy (70) crewmembers for 22 days starting with lunch 13 July 2004 and ending with breakfast 03 August 2004. Boxed lunches served daily to seventy- (70) crewmembers Monday through Friday. Boxed breakfast, lunches and dinners served to twelve- (12) duty section four (4) Saturdays and Sundays. MEAL Number Served TIME Breakfast (served) 58 6 AM thru 7:30 AM Breakfast (boxed) Sat & Sun 12 Deliver to cutter by 6:00 AM Lunch (boxed) Mon - Fri 70 Deliver to cutter by 11:15 AM Lunch (box) Sat & Sun 12 Deliver to cutter by 11?15 AM Dinner (served) 58 4:30 PM thru 6:30 PM Dinner (boxed) Sat & Sun 12 Deliver to cutter by 4:45 PM The count for boxed meals (not including lunch during the week) may change after the contract starts. Location of off-ship messing and berthing for each cutter shall be located as close as possible without exceeding 15 minutes, one-way commute during peak rush hours, and if meals are not served at the hotel, the dining facility must be within ? mile of the berthing facility. The CG COR will make inspection of the facilities prior to award. 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 offerors whose offer conforms to the solicitation. Submitted quotes shall have the contractor's Tax Information Number, and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. All quotations must be received not later than 06 July 2004, 1:00 P.M. Pacific Standard Time. Quotations received after that date will not be considered. Electronic offers submitted via FAX to 510-437-3392 Attn: Janyce DeCanto or by email to jdecanto@d11.uscg.mil with a copy to Rebecca Budde or by e-mail to rbudde@d11.uscg.mil is acceptable and strongly encouraged. Dead line to receive Specifications is 28 June 2004 will only be issued through e-mail request. 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 $9.23 (Min Wage Rate $7.65), Cook I, $9.23, (Min Wage Rate $9.41), Cook II, $10.05 Min Wage Rate $11.22), Dishwasher, $9.23, (Min Wage Rate $7.06), Waiter/Waitress, $9.23 (Min Wage Rate $7.65), Maid or Houseman, $9.23, (Min Wage Rate $7.65), Cashier, $10.05 (Min Wage Rate $7.65) and Desk Clerk, $11.32 (Min Wage Rate $7.65), 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: Fairhaven Shipyard, 201 Harris, Bellingham, WA
Zip Code: 98225
 
Record
SN00605915-W 20040620/040618211527 (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  © 1994-2020, Loren Data Corp.