Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2008 FBO #2306
SOLICITATION NOTICE

X -- TEMPORARY CREW BERTHING FOR CGC BARRACUDA, CGC SEA OTTER & CGC HADDOCK

Notice Date
1/29/2008
 
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
94612-5249
 
Solicitation Number
HSCG85-08-Q-625390
 
Response Due
2/28/2008
 
Point of Contact
Jay McReynolds, Contract Specialist, Phone 510-637-5975, Fax 510-637-5978, - Valerie Rivera-Chase, Contract Specialist, Phone (510) 637-5972, Fax (510) 637-5979
 
E-Mail Address
jay.s.mcreynolds@uscg.mil, Valerie.S.RiveraChase@uscg.mil
 
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 2005-23. 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 in accordance with provisions of FAR 13.5. The requirement is for temporary berthing for the crew of the CGC BARRACUDA 26 March 2008 to 06 May 2008 (41 days), CGC SEA OTTER 21 May 2008 to 01 July 2008 (41 days), and CGC HADDOCK 03 September 2008 to 14 October 2008 (41 days) within 5 miles of Coast Guard Island, Alameda, CA 94501. The Coast Guard Cutters will be at Bay Ship & Yacht, Company, 2900 Main Street, Alameda, CA 94501. CONTRACTOR SHALL BE PAID FOR ACTUAL DAYS OF USE. When responding to this RFQ #HSCG85-08-Q-625390, contractors shall provide pricing as follows: CLIN 0001, Temporary Berthing ? CGC BARRACUDA 26 March to 06 May 2008: Single Rooms: $___________/Day X 3 Rooms X 41 Days = $_______________ Double Rooms: $___________/Day X 5 Rooms X 41 Days = $______________ Total Berthing: $______________. CLIN 0002, Temporary Berthing ? CGC SEA OTTER 21 May to 01 July 2008: Single Rooms: $___________/Day X 3 Rooms X 41 Days = $_______________ Double Rooms: $___________/Day X 5 Rooms X 41 Days = $______________ Total Berthing: $______________. CLIN 0003, Temporary Berthing ? CGC HADDOCK 03 September to 14 October 2008: Single Rooms: $___________/Day X 3 Rooms X 41 Days = $_______________ Double Rooms: $___________/Day X 5 Rooms X 41 Days = $______________ Total Berthing: $______________. TOTAL BERTHING FOR ALL CLIN?s $______________________. TEMPORARY BERTHING REQUIREMENTS: The contractor shall provide quality temporary berthing for 13 Coast Guard personnel within a 5-mile radius of Coast Guard Island, Alameda, CA 94501 from 26 March to 06 May 2008, 21 May to 01 July 2008 and 03 September to 14 October 2008. Provide 3 single occupancy and 5 double occupancy rooms for Coast Guard personnel for a period of 41 days from 26 March to 06 May 2008, 21 May to 01 July 2008 and 03 September to 14 October 2008. Contractor substitution of single rooms for double rooms is acceptable. Berthing shall commence with check-in on the start date; and end with normal check-out time on the completion date of the availability for each crew availability required. HOTEL REQUIREMENTS: If berthing is provided in a commercial hotel, contractor shall provide the following: Room location. Hotel rooms shall be located on the second floor or above, but no higher than the seventh floor of the facility. Room access. Hotel room entrances shall be accessible only by internal hallway(s). The hotel?s internal hallway(s) shall have locked exterior doors, accessible by key-holding hotel guests only. Internal hallway(s) shall be accessible by the facility?s lobby. Laundry facilities. Indoor laundry facilities shall be available for the berthing facility occupants in or immediately adjacent to the berthing facility. Regulations and standards. All berthing facilities provided shall: Meet the Hotel and Motel Fire Safety Act of 1990 (PL101-391) and be listed on the Hotel-Motel Master List. 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 13 vehicles. Berthing will include daily cleaning, change of linen, and replenishment of toiletries. NOTE: The facilities provided must meet the requirements at a minimum, but DO NOT actually have to be formally rated by either organization. Hotel and Motel Fire Safety Act of 1990 (pl101-391). Information on the safety act and the master hotel list can be found at http://www.usfa.fema.gov/applications/hotel/ Rating Criteria. Rating criteria can be found at the following websites: AAA/CAA - http://www.aaanewsroom.net/Main.asp?ListAllPubs=1&CategoryID=9& Select ?Diamond Ratings.?MOBIL Travel Guide - http://www.exxonmobiltravel.com/ Select ?Mobil Stars? then ?Restaurant Stars? or ?Lodging Stars.? GRATUITIES: The total contract price shall include Gratuities for service supplied to the crew. 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 (NOV 2007) APPLIES TO THIS ACQUISITION; QUOTATIONS SUBMITTED IN RESPONSE TO THIS RFQ MUST INCLUDE: 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 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. FAR 52.204-7, CENTRAL CONTRACTOR REGISTRATION (JUL 2006) WWW.CCR.GOV. FAR 52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (NOV 2007) 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. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS ? COMMERCIAL ITEMS, (FEB 2007), FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (DEC 2007). THE FOLLOWING CLAUSES LISTED IN 52.212-5 ARE INCORPORATED: FAR 52.203-6, 52.217-8, 52.217-9, 52.219-1, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-25, 52.222-26, 52.222-35-37, 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, 52.222-50, 52.223-2, 52.223-6, 52.225-1, 52.232-1, 52.232-3, 52.232-8, 52.232-11, 52.232-17, 52.232-23, 52.232-25, 52.232-33, 52.232-38, 52.233-1, 52.233-3, 52.233-4, 52.242-2, 52.242-13, 52.243-1, 52.243-7, 52.246-4, 52.246-25, 52.249-4, 52.249-8, 52.253-1. FAR 52.222-39 NOTIFICATION OF EMPLOYEE RIGHTS CONCERNING PAYMENT OF UNION DUES OR FEES (DEC 2004) (a) Definition. As used in this clause? ?United States? means the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island. (b) Except as provided in paragraph (e) of this clause, during the term of this contract, the Contractor shall post a notice, in the form of a poster, informing employees of their rights concerning union membership and payment of union dues and fees, in conspicuous places in and about all its plants and offices, including all places where notices to employees are customarily posted. The notice shall include the following information (except that the information pertaining to National Labor Relations Board shall not be included in notices posted in the plants or offices of carriers subject to the Railway Labor Act, as amended (45 U.S.C. 151-188)). Notice to Employees Under Federal law, employees cannot be required to join a union or maintain membership in a union in order to retain their jobs. Under certain conditions, the law permits a union and an employer to enter into a union-security agreement requiring employees to pay uniform periodic dues and initiation fees. However, employees who are not union members can object to the use of their payments for certain purposes and can only be required to pay their share of union costs relating to collective bargaining, contract administration, and grievance adjustment. If you do not want to pay that portion of dues or fees used to support activities not related to collective bargaining, contract administration, or grievance adjustment, you are entitled to an appropriate reduction in your payment. If you believe that you have been required to pay dues or fees used in part to support activities not related to collective bargaining, contract administration, or grievance adjustment, you may be entitled to a refund and to an appropriate reduction in future payments. For further information concerning your rights, you may wish to contact the National Labor Relations Board (NLRB) either at one of its Regional offices or at the following address or toll free number: National Labor Relations Board Division of Information 1099 14th Street, N.W. Washington, DC 20570 1-866-667-6572 1-866-316-6572 (TTY) To locate the nearest NLRB office, see NLRB's website at http://www.nlrb.gov. (c) The Contractor shall comply with all provisions of Executive Order 13201 of February 17, 2001, and related implementing regulations at 29 CFR Part 470, and orders of the Secretary of Labor. (d) In the event that the Contractor does not comply with any of the requirements set forth in paragraphs (b), (c), or (g), the Secretary may direct that this contract be cancelled, terminated, or suspended in whole or in part, and declare the Contractor ineligible for further Government contracts in accordance with procedures at 29 CFR Part 470, Subpart B?Compliance Evaluations, Complaint Investigations and Enforcement Procedures. Such other sanctions or remedies may be imposed as are provided by 29 CFR Part 470, which implements Executive Order 13201, or as are otherwise provided by law. (e) The requirement to post the employee notice in paragraph (b) does not apply to? (1) Contractors and subcontractors that employ fewer than 15 persons; (2) Contractor establishments or construction work sites where no union has been formally recognized by the Contractor or certified as the exclusive bargaining representative of the Contractor?s employees; (3) Contractor establishments or construction work sites located in a jurisdiction named in the definition of the United States in which the law of that jurisdiction forbids enforcement of union-security agreements; (4) Contractor facilities where upon the written request of the Contractor, the Department of Labor Deputy Assistant Secretary for Labor-Management Programs has waived the posting requirements with respect to any of the Contractor?s facilities if the Deputy Assistant Secretary finds that the Contractor has demonstrated that? (i) The facility is in all respects separate and distinct from activities of the Contractor related to the performance of a contract; and (ii) Such a waiver will not interfere with or impede the effectuation of the Executive order; or (5) Work outside the United States that does not involve the recruitment or employment of workers within the United States. (f) The Department of Labor publishes the official employee notice in two variations; one for contractors covered by the Railway Labor Act and a second for all other contractors. The Contractor shall? (1) Obtain the required employee notice poster from the Division of Interpretations and Standards, Office of Labor-Management Standards, U.S. Department of Labor, 200 Constitution Avenue, NW, Room N-5605, Washington, DC 20210, or from any field office of the Department?s Office of Labor-Management Standards or Office of Federal Contract Compliance Programs; (2) Download a copy of the poster from the Office of Labor-Management Standards website at http://www.olms.dol.gov; or (3) Reproduce and use exact duplicate copies of the Department of Labor?s official poster. (g) The Contractor shall include the substance of this clause in every subcontract or purchase order that exceeds the simplified acquisition threshold, entered into in connection with this contract, unless exempted by the Department of Labor Deputy Assistant Secretary for Labor-Management Programs on account of special circumstances in the national interest under authority of 29 CFR 470.3(c). For indefinite quantity subcontracts, the Contractor shall include the substance of this clause if the value of orders in any calendar year of the subcontract is expected to exceed the simplified acquisition threshold. Pursuant to 29 CFR Part 470, Subpart B?Compliance Evaluations, Complaint Investigations and Enforcement Procedures, the Secretary of Labor may direct the Contractor to take such action in the enforcement of these regulations, including the imposition of sanctions for noncompliance with respect to any such subcontract or purchase order. If the Contractor becomes involved in litigation with a subcontractor or vendor, or is threatened with such involvement, as a result of such direction, the Contractor may request the United States, through the Secretary of Labor, to enter into such litigation to protect the interests of the United States. 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 a 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 below: Commandant (CG-9131) 1900 Half St S.W. JR11-0203 Washington, D. C. 20593 Telephone (202) 372-3692 Fax: (202) 475-3904 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 submitted via email no later than 28 February 2008 by 11:00 A.M, and be directed to: Jay McReynolds at e-mail jay.s.mcreynolds@uscg.mil, telephone (510) 637-5975, with a copy to Valerie Rivera-Chase, at e-mail: valerie.s.riverachase@uscg.mil, or by telephone (510) 637-5972. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-JAN-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 18-MAR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-08-Q-625390/listing.html)
 
Place of Performance
Address: CONTRACTORS FACILITY
Zip Code: 94501
Country: UNITED STATES
 
Record
SN01535837-F 20080320/080318230123 (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.