Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2009 FBO #2624
SOURCES SOUGHT

99 -- Dining and Lodging Sources Sought for the USCGC Muskingum's Crewmembers

Notice Date
1/30/2009
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
230209-DL
 
Archive Date
2/2/2010
 
Point of Contact
Tomeka Evans,, Phone: 757-628-4666, Mildred A Anderson,, Phone: (757)628-4637
 
E-Mail Address
tomeka.evans@uscg.mil, mildred.a.FIGUEREO@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), or for Small Businesses. The estimated value of this procurement is between $150,000.00 and $200,000.00. The Small Business Size Standard for NAICS 721110 is $7.0 million. The scope of the acquisition is to provide temporary dining and lodging for Coast Guard personnel. REQUIREMENTS Dining and Lodging requirements. The Contractor shall provide quality temporary lodging and healthy, appetizing, and nutritious dining (including wait staff gratuities) for fifteen (15) Coast Guard personnel within a twenty-five (25)-mile radius of 2661 Channel Avenue, Memphis, Tennessee 38113 for a period of one-hundred (100) days. Provide four (4) single occupancy and six (6) double occupancy rooms for Coast Guard personnel. Commencement and completion Dining shall commence with providing lunch on February 23, 2009 and end with providing breakfast on June 3, 2009. Use of lodging facilities shall begin on February 23, 2009 at the lodging facility’s normal check-in time; and end on June 3, 2009 at the normal check-out time. Breakfast: Each breakfast shall include: a choice of two whole fresh fruits, a choice of three fruit juices, a choice of whole or low fat milk, a choice of two cereals, eggs cooked to order, pancakes, French toast or waffles, bacon or another breakfast meat, a choice of potatoes or grits, a choice of toast or pastry, a choice of coffee or tea, and butter, margarine, syrup and jelly or jam Lunch & Dinner: Each lunch and dinner shall include: a choice of three different hot entrées, a choice of soup or salad, with crackers and dressing, a choice of potatoes or pasta with accompanying sauces and gravies, a choice of two vegetables, water and a choice of beverages, a choice of breads and a choice of butter or margarine, and a choice of three different desserts or whole fruit Take-out Meals: The Contractor shall substitute carry-out meals for pick-up by Coast Guard personnel for breakfast, lunch or dinner when designated by the COTR. The Contractor shall coordinate pick up times and location with the COTR. Lunch carry-out meals shall include either hot meals as detailed or a box lunch which shall include. The box lunch shall include a choice of sandwiches with three different options of deli meat on a choice of breads or wraps (including choice of condiments), a bag of chips, potato, pasta or garden salad dressing with dressing, a choice of two desserts including fresh whole fruit as one option, and a choice of beverages Regulations and standards. All lodging facilities provided shall: - Meet the Hotel and Motel Fire Safety Act of 1990 (PL101-391) and be listed on the Hotel-Motel Master List. Information on the Safety Act and the Master Hotel list can be found at http://www.usfa.fema.gov/applications/hotel/. - Meet, at a minimum, the requirements of two stars (**) for a Mobil Travel Guide Rating or two diamonds (^^) for an American Automobile Association (AAA) rating; and include free parking for two (2) vehicles. Lodging will include daily cleaning, change of linen, and replenishment of toiletries. 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” In accordance with FAR 19.1305 and FAR 19.1405, if your firm is HUBZone certified or a Service-Disabled Veteran-Owned Small Business and intends to submit an offer on this acquisition, please respond in a letter either by e-mail to tomeka.evans@uscg.mil or by fax at (757) 628-4676. In your response you must include (a) a positive statement of your intention to submit a bid for this solicitation as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; (c) past performance references with points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by February 2, 2009 at 1:00 pm, EST. Contractors are reminded that should this acquisition become a HubZone set aside, FAR 52.219-3, Notice of Total HubZone Set-aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. Contractors are reminded that should this acquisition become a Service Disabled Veteran-Owned Small Business Set-Aside, FAR 52.219-27, Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, Service Disabled Veteran-Owned Small Business set aside, or Small Business set-aside. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone, SDVOSB set-aside, or small business set-aside, will be posted on the Fedbizopps website at http://www.fedbizopps.gov. Questions may be referred to Ms. Tomeka Evans at (757) 628-4666.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4469c4c6cef6c4d318665b57d39f021d&tab=core&_cview=1)
 
Place of Performance
Address: The place of Performance is within a twenty-five (25)-mile radius of 2661 Channel Avenue, Memphis, Tennessee, 38113, United States
Zip Code: 38113
 
Record
SN01741123-W 20090201/090130215743-4469c4c6cef6c4d318665b57d39f021d (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.