Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2007 FBO #1903
SOLICITATION NOTICE

X -- TEMP-BERTHING-VARIOUS BOATS-ALAMEDA CA

Notice Date
2/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, 1301 Clay St., Suite 807N, Oakland, CA, 94612-5249, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG85-07-Q-625432
 
Response Due
2/22/2007
 
Archive Date
3/9/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as an invitation to Request for Quotations (RFQ) incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. This is total small business set-aside procurement. The Small Business size standard is $6.5 Million. The NAICS is 721110. The contract will be awarded as a purchase order using simplified acquisition procedures in accordance with the provisions of FAR 13.5. The requirement is for temporary berthing for the crew of twelve (12) on the Coast Guard cutters as follows: CGC PETREL 7 MAR 07 to 17 APR 07 (41 days), CGC NARWHAL 27 JUN 07 to 7 AUG 07 (41 days), CGC HALIBUT 29 AUG 07 to 9 OCT 07 (41 days), CONTRACTOR SHALL BE PAID FOR ACTUAL DAYS OF USE. When responding to this RFQ #HSCG85-07-Q-625432, contractors shall provide pricing as follows: CLIN 0001, Temporary Berthing ?Provide pricing as follows: Single Rooms: $___________/Day X 2 Rooms = $______________. Double Rooms: $___________/Day X 5 Rooms = $______________. Total Berthing $______________. Berthing shall be provided in accordance with the following specification: 1. For the personnel specified, provide furnished, lockable, carpeted rooms with separated living and sanitary areas. 1.1 GENERAL - The Contractor shall provide an off-ship berthing facility for cutter personnel. All cutter personnel shall be berthed at one facility only and the same facility shall be used for the entire desired duration. 1.2 LOCATION ? Rooms shall be located between the second and seventh floors (if available) of the facility. Room Accessibility ? Room entrances shall be accessible by internal hallway(s). The internal hallway(s) shall have locked exterior doorways, accessible by key-holding patrons, only. Internal hallway(s) shall be accessible by the facility?s lobby. Off-ship berthing shall be located within a 2 mile commute from Coast Guard Island, Alameda CA 94501. The 2 mile restriction shall be computed using the Maps on Us Website found at: www.mapquest.com/directions/main.adp. 1.3 FURNISHINGS - Living Area Furnishings and or Features: Single rooms shall be a minimum of 200 sq. ft. with one each: full size (or larger) bed, bed linen, night stand, table lamp, dresses, desk, lounge chair, reading table, telephone, waste basket, color television (19? min), closet w/ minimum hanging space of 48?, bathroom and door key. Double Room shall be a minimum of 300 sq ft, with the quantity of two each of: full size (or larger) beds, bed linens, dressers, night stands, and keys and one each of the following: table lamp, desk, desk lamp, lounge chair, reading table, telephone, waste basket, color television (19? min), closet - Minimum hanging space 72? and bathroom. Sanitary Area Furnishings and Features are private are as follows: tiled, lavatory, water closet, bath tube with shower towel (2), and bath soap. 1.4 INSPECTION - In the presence of the COR, the Contractor shall conduct an inspection of the temporary berthing facilities to determine acceptability before and after being occupied by cutter personnel. The initial inspection shall be conducted during normal working hours, from 7:30 AM to 4 PM, and once again at night, from 8 PM to 10 PM, to identify any conditions, which may adversely impact habitability. 1.5 ROOMS - Rooms shall be equipped with the following: Adequate lighting and hot and cold fresh water, adequate heating, air conditioning, and ventilation (minimum 68 deg F and maximum 77 deg F, maximum 50% RH). 1.6 FACILITIES - Facilities shall be in compliance with the local building, sanitary, fire and life safety codes, and all other applicable federal, state, and local laws and regulations. Fire Protection - Fire protection apparatus inside the facilities shall include smoke alarms, fire extinguishers, and installed sprinkler systems. Commercial - Hotels and motels shall be approved by the American Automobile Association (AAA) or by Pre-Award Survey conducted by a Government Representative. Noise Level - The noise level shall not exceed 60 dB(A) within the off-ship berthing facility from 10 PM to 5 AM. 1.7 SERVICES - The Contractor shall ensure that the following services are provided as follows: Safety Night Lighting - Safety night lighting shall be provided to exit to the hallway and stairways, both of which shall be illuminated to facilitate a safe escape in an emergency. Maid - Daily maid services shall be provided to clean the room and disinfect the sanitary area. Clean washcloths and towels shall be provided daily. Bed sheets shall be changed not less than every fifth day. Services shall include vacuuming and dusting daily. Telephone Service - Telephone service shall be provided for each room. Local call service shall be provided free of additional cost for each room. All long distance/toll charges, and other personal charges, will be billed to and paid for by the room occupant(s). The Coast Guard assumes no responsibility for payment of any such charges. Trash - Remove trash daily from each room. Parking Spaces - Lighted parking spaces shall be available for the berthing facility occupants immediately adjacent to the berthing facility. Laundry Facilities - Indoor laundry facilities shall be available for the berthing facility occupants in or immediately adjacent to the berthing facility. Joint Inspection: In the presence of the COR, the Contractor shall conduct an inspection of the temporary berthing facilities to determine acceptability before and after being occupied by cutter personnel. The initial inspection shall be conducted during normal working hours, from 7:30 AM to 4 PM, and once again at night, from 8PM to 10PM, to identify any conditions that adversely impact habitability. 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 Offerors-Commercial Items (OCT 2000) applies to this acquisition; quotations submitted in response to this RFQ must include: (1) CLIN number and pricing as shown above, record of past performance for similar contracts in the form of letters of reference or contract performance ratings, full information about the berthing and messing facilities proposed, and Contractors full name, address, and telephone number. FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) is applicable to this RFQ ? (a) Factors for evaluation will include price and past performance on similar type contracts; past performance and price are of approximately equal importance. 52.204-7, Central Contractor Registration www.ccr.gov, Oct 2003. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Mar 2005) An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. 52.212-4 Contract Terms and Conditions ? Commercial Items, Oct 2003, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2005). The following clauses listed in 52.212-5 are incorporated: FAR 52.203-6, 52.219-1, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-25, 52.222-35-36, Service Contract Act of 1965, as Amended (MAY 1989) 52.222-41, 52.222-42, 52-222-43, 52.222-44 Statement of Equivalent Rates for Federal Hires (MAY 1989), 52.222-47, 52.222-49, 52.225-1, 52.232-1, 52.232-8, 52.232-11, 52.232-23, 52.232-33, 52.232-38, 52.233-1, 52.233-3, 52.242-2, 52.243-1, 52.249-1, 52.253-1. The following DOL Wage rate determination will be incorporated as part of the resultant purchase order: OCCUPATION TITLE MINIMUM WAGE RATE: (Food Service $10.78 (Min Wage Rate $8.06), Cook I, $13.61, (Min Wage Rate $10.14), Cook II, $16.45 (Min Wage Rate $12.12), Dishwasher, $9.83, (Min Wage Rate $7.49), Waiter/Waitress, $9.83 (Min Wage Rate $7.49), Maid or Houseman, $10.78 (Min Wage Rate $8.06), Cashier, $10.78 (Min Wage Rate $8.06) and Desk Clerk, $10.78 (Min Wage Rate $8.06). 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. 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. 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 22 FEB 2007, 5:00 P.M. Pacific Standard Time. Quotations received after that date and time will not be considered. Electronic offers submitted via FAX to 510-637-5978 Attn: Roy Gilbert or by email to Roy.L.Gilbert@uscg.mil are acceptable and strongly encouraged.
 
Place of Performance
Address: ALAMEDA CA
Zip Code: 94501
Country: UNITED STATES
 
Record
SN01229282-W 20070211/070209220429 (fbodaily.com)
 
Source
FedBizOpps 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.