Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOLICITATION NOTICE

99 -- Messing and Berthing for Crew of CGC FIR in Bellingham, WA

Notice Date
1/10/2007
 
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
94612-5249
 
Solicitation Number
HSCG85-07-R-625315
 
Response Due
1/23/2007
 
Point of Contact
Rebecca Budde, Contract Specialist, Phone 907 228-0326, Fax 907 228-0297, - Rebecca Budde, Contract Specialist, Phone 907 228-0326, Fax 907 228-0297
 
E-Mail Address
Rebecca.A.Budde@uscg.mil, Rebecca.A.Budde@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation HSCG85-07-R-625315 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 offers being requested. This Request for Proposal incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-12. This is small business set-aside procurement. The NAICS is 721110. The contract will be awarded using simplified acquisition procedures in accordance with the provisions of FAR 13.5. This requirement is to provide TEMPORARY MESSING AND BERTHING FOR THE CREW OF THE CGC FIR IN BELLINGHAM, WA, DURING THE PERIOD OF 18 FEBRUARY THROUGH 18 MARCH 2007. 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 (GC851), 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/s 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. ******** TEMPORARY BERTHING AND MESSING FOR CREW OF CGC FIR IN BELLINGHAM, WA 1. SCOPE This item describes the requirements for the Contractor to provide temporary off-ship Berthing and Messing for the crew of the USCGC FIR in Bellingham, WA 2. REQUIREMENT FOR BERTHING Beginning the night of 18 February 2007 through the night of 18 March 2007, the contractor shall provide the following: DOUBLE ROOMS: 19 x $ x 29 = $ SINGLE ROOMS: 12 x $ X 29 = $ Total Berthing $ 3. REQUIREMENT FOR MESSING The Contractor shall provide meals (served and boxed) for the crew of USCGC FIR, starting with dinner on 18 February 2007 through breakfast on the morning of 19 March 2007. Gratuities. The total contract price shall include Gratuities for service supplied to the crew. Location of Dining facility (served meals) must be within 1/4 mile of berthing facility. Boxed meals are to be delivered to the cutter at 201 Harris Ave, Bellingham, WA. (delivery schedule follows). BREAKFAST starts on the morning of 19 February 2007 through morning of 19 March 2007. Served (Mon-Fri)$_ X 39 X 21 = $ Served (Sat,Sun)$_ X 28 X 8 = $ Boxed (Mon-Sun)$_ X 4 X 28 = $ LUNCH starts on 19 February through lunch on 18 March 2007. Served (Sat, Sun)$_ X 28 X 8 = $ Boxed (Sat, Sun)$_ X 4 X 8 = $ Boxed (Mon-Fri)$_ X 42 X 20 = $ DINNER starts on the evening of 18 February through dinner on 18 March 2007. Served (Mon-Fri)$_ X 39 X 20 = $ Served (Sat, Sun)$_ X 28 X 9 = $ Boxed (Mon-Sun)$ X 4 X 29 = $ Total Messing $ Total Messing and Berthing $ 4. SPECIFICATION - BERTHING Furnishings. For the personnel specified in the work item, provide furnished, lockable, carpeted rooms with separated living and sanitary areas Living Area Furnishings Room, Occupancy Single Double Minimum Sq Ft 200 300 Full Size Bed 1 2 Night Stand 1 2 Table Lamp 1 1 Dresser, Single 1 2 or one double dresser Desk 1 1 Desk Lamp 1 1 Chair 1 1 Reading Table 1 1 Telephone 1 1 Waste Basket 1 1 Color Television (1) Min 19" (1) Min 19" Closet: Minimum 48? 72? hanging space Bathroom 1 1 Environment. The Contractor shall ensure the environment is as follows: Rooms. Rooms shall be equipped with the following: Adequate lighting. Hot and cold fresh water. Adequate heating, air conditioning and ventilation (minimum 68 deg F in winter and maximum 77 deg F in summer). Facilities. Regulations. Facilities shall be in compliance with the local building codes, 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. Noise Level. The noise level shall not exceed 60 dB(A) within the off-ship berthing facility from 10 PM to 5 AM. Commercial. Hotels and Motels shall be approved by the American Automobile Association (AAA) or by a Pre-Award Survey conducted by a Government Representative. 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. Daily maid services shall be provided to clean the room, freshen the linen and disinfect the sanitary area. Clean wash cloths and towels shall be provided daily and bed sheets shall be changed not less than every seventh day. Services shall include vacuuming and dusting. Telephone. Telephones shall be provided 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. 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 8 PM to 10 PM, to identify any conditions that adversely impact habitability. 5. SCHEDULE FOR MEALS Meals shall be offered as set forth below. The service facility shall remain open at least one-half hour beyond the service period. MEAL PERIOD OF SERVICE Breakfast served 6:00 AM through 7:00 AM and 10:00 AM on weekends. Boxed Deliver to cutter by 6:45 AM Lunch served 11:30 AM through 1:00 PM Boxed Deliver to cutter by 11:15 AM Dinner served 4:30 PM through 6:30 PM Boxed Deliver to cutter by 4:45 PM 6 SPECIFICATION - MESSING Miscellaneous - All menus represent an estimated dietary requirement for one person per day. Meals shall not be repeated within any consecutive seven (7) day period. Types of salad dressings, cold drinks, and bread shall vary daily. Weekly menus shall be submitted to the cutter, for review and approval, at least three working days prior to the start of each weekly menu cycle. LOCATION - The off-ship messing facility shall be located as close as possible to the cutter, at Fairhaven Shipyard, 201 Harris Ave in Bellingham, WA, without exceeding a 30-minute, one-way commute. In addition, the messing facility shall be located within a 1/4-mile radius of the off-ship berthing facility. Restaurant Facility - The restaurant facility shall provide breakfast, lunch, and dinner on a seven-day per week basis. SANITATION - The restaurant facilities shall meet the sanitation standards specified in DHEW Pub (FDA) 78-021, as well as local and state Board of Health requirements. Sanitary Facilities. Sanitary facilities shall be provided and maintained within the messing facility. Temporary messing for 39 personnel from Monday through Sunday. See bid sheet for breakdown of served meals and boxed meals and time schedules. Breakfast (Boxed and served) - All items of the following breakfast menu shall be provided daily per person. Minimum portion sizes shall be provided as indicated for each item: ITEM MINIMUM PORTION Choice of two fruit juices (Fruitades or fruit drinks shall not be substituted for juice) 6 oz Choice of two fresh fruits(i.e. apples, oranges, bananas, or pears) 4 oz Fresh milk (whole and lowfat) 8 oz Cereals (hot or cold, ready to eat) 2 oz Fresh eggs (cooked any style) 2 med. or lrg. Breakfast meats (bacon and one other) 2 oz French toast, waffles, or pancakes, and syrup 3 full pieces Potatoes or potato substitute 4 oz Toast and one other breakfast pastry 2 slices Butter or margarine 2 patties Choice of jellies or jams 1 oz Coffee or tea, with cream and sugar 8 oz Fork, knife, spoon, and napkin 1 ea Weekday Lunch (Boxed) - All items in the following lunch menu shall be provided daily per person. Mininimum portion sizes shall be provided as indicated for each item: ITEM MINIMUM PORTION Soup, stew, or chili with crackers 6 oz 1 sandwich with meat fillings (i.e., ham, chicken, roast beef, turkey, corned beef) 4 oz (for meat) Fresh milk (whole or lowfat) 8 oz Fresh fruit (i.e. apples, oranges, bananas, or pears) 4 oz Juice (i.e. apple, orange, grapefruit) 6 oz Hard-boiled egg or 2 oz cheese 1 ea Dessert 2 oz Fork, knife, spoon, and napkin 1 ea Dinner and Weekend Lunch (Boxed and served) - All items in the following dinner menu shall be provided daily per person. Minimum portion sizes shall be provided as indicated for each item: ITEM MINIMUM PORTION Soup, stew, or chili with crackers 6 oz Fresh salad or salad bar 4 oz Salad dressing (at least three choices) 2 oz Main course or entree (at least two choices) 8 oz Gravy or sauce 2 oz Potato, rice, or other starch 4 oz Vegetables (at least two choices) 4 oz Dessert (at least one fruit dessert and one cake, pie, pudding, or ice cream dessert) 2 oz Cold drinks (at least two choices) 8 oz Coffee or tea, with cream and sugar 8 oz Fresh milk (whole or lowfat) 8 oz Fresh bread/rolls 2 slices/1 ea Fork, knife, spoon, and napkin 1 ea 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 23 January 2007, 11:00 A.M. Local Alaska time. Quotations received after the date and time specified will not be considered. Offerors may fax their quotes to: (907) 228-0297 Attn: Rebecca Budde or e-mail rebecca.a.rbudde@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 (Sep 2006), FAR 52.212.2 Evaluation Commercial Items (JAN 1999), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (NOV 2006). The following clauses listed in 52.212-5 are incorporated: FAR 52.203-6, 52.219-6, 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, 52.232-33, 52.222-44, 52.222-42 Statement of Equivalent Rates For Federal Hires (MAY 1989) (Food Service $9.38 (Min Wage Rate $8.96), Cook I, $11.14, (Min Wage Rate $11.32), Dishwasher, $9.55, (Min Wage Rate $8.17), Waiter/Waitress, $11.91 (Min Wage Rate $8.17), Maid or Houseman, $9.32, (Min Wage Rate $8.96), 52.222-47, 52.222-49, 52.225-2, 52.232-1, 52.232-8, 52.323-11, 52.232-23, 52.232-25, 52.232.38, 52.233-1, 52.233-3, 52.242-2, 52.243-1, 52.249-1, 52.253-1 and HSAR 3052.209.70. 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. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-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/HSCG85-07-R-625315/listing.html)
 
Place of Performance
Address: BELLINGHAM, WA
Zip Code: 98225
Country: UNITED STATES
 
Record
SN01542764-F 20080328/080326230706 (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.