Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
SOLICITATION NOTICE

X -- Messing & Berthing for CGC PETREL (WPB 87350) - Specifications

Notice Date
2/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG80-10-Q-P45K75
 
Archive Date
3/13/2010
 
Point of Contact
Jake M. Apolonio, Phone: (510) 637-5964, Jo Ann T. Yamane, Phone: (510)637-5970
 
E-Mail Address
jake.m.apolonio@uscg.mil, JoAnn.T.Yamane@uscg.mil
(jake.m.apolonio@uscg.mil, JoAnn.T.Yamane@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Specification - Messing & Berthing for CGC PETREL 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. Solicitation number is HSCG80-10-R-P45K75 issued as a Request for Quotations. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued. This Request for Quotations (RFQ) incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-38. The NAICS Code is 721110. This is a restricted procurement; only small business responsible sources may submit proposals that will be considered by the agency. The Small Business size standard is &7M. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. Statement of Work: CGC PETREL (WPB 87350) Messing & Berthing Period of Performance: 17 March 2010 - 04 May 2010 Place of Performance: Alamdeda, CA The U.S. Coast Guard Surface Forces Logistics Center has a requirement to procure the following services: Messing & Berthing for CGC PETREL crew located at Bay Ship & Yacht Co. 2900 Main St., Alameda, CA 94501-739 (See attached statement of work). Quotations submitted in response to this solicitation must include: (1) Solicitation number HSCG80-10-R-P45K75; (2) CLIN number, item name, and unit/extended prices for all CLIN's (3) past performance information (4) taxpayer identification and Dun & Bradstreet (DUNS) number and Central Contractor Registration (CCR) number; (5) Contractors full name, address, and telephone number. Offeror shall provide pricing as follows: Total Messing and Berthing: ______________________ CLIN 0001 Temporary Berthing: 17 March - 4 May - provide pricing as follows: Single Rooms: ___________/Day X 5 Rooms X 48 Days = ________________ Double Rooms: __________/Day X 5 Rooms X 48 Days = ________________ Total Berthing: ___________ REQUIREMENT FOR BERTHING: Beginning the night of 17 March through the morning of 4 May 2010 offeror shall provide the following during the 48 day period: 5 single rooms and 5 double rooms. SPECIFICATIONS: For the personnel specified in the work item, provide furnished, lockable, carpeted rooms with separated living and sanitary areas. 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 eh entire desired duration. LOCATION - Rooms shall be located between the second and seventh floors (if available) of the facility. 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 the 5 mile radius of Alameda, CA. 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 w/ 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 Offeor 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 degrees F and maximum 77 degrees 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 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 Offeror shall ensure that the following services are provide 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 Offeror 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 and conditions that adversely impact habitability. CLIN 0002 Messing: Beginning with lunch 17 March through breakfast 4 May. Location: Dining facility must be within.5 mile of berthing facility. **Messing box meals will be delivered by the contractor personnel** Provide pricing as follows: BREAKFAST beginning the morning of 18 March through the morning 4 May ____________/Meal X 14 Meals X 48 Days = ___________________ LUNCH beginning 17 March through 3 May ____________/Meal X 14 Boxed Meals X 34 days during the week days = __________ LUNCH beginning 17 March through 3 May ____________/Meal X 14 Meals X 14 days during the weekend days Saturday and Sunday = ______________ DINNER beginning 17 March through 3 May ____________/Meal X 14 X 48 Days = _________________ Total Messing = _________________. GRATUITIES: The total contract price shall include Gratuities for service supplied to the crew. SCHEDULE FOR MEALS. **The service facility shall remain open at least one-half hour beyond the service period** BREAKFAST served from 6:00 AM through 7:30 AM LUNCH served from 11:30 AM through 1:30 PM DINNER served from 4:30 PM through 6:30 PM SPECIFICATION: 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 where meals are served shall be located within a 1/2-mile radius of the off-ship berthing facility. CERTIFICATION OF MEALS - The Offeror shall provide a personnel checklist for each meal to provide an accurate count of meals served per day. 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 shall be provided and maintained within the messing facility. Temporary messing for 15 persons from Monday through Sunday. Breakfast (Boxed and served) as served as specified above - All items of the following breakfast menu shall be provided daily per person. Minimum portion sizes shall be provided as indicated for each item: Choice of two fresh fruits (i.e. apples, oranges, bananas, or pears) 4 oz, Choice of two fresh fruit juices (Fruitades or fruit drinks shall not be substituted for juice) 6 oz, Fresh milk (whole or lowfat) 8 oz, Cereals (hot or cold, ready to eat) 2 oz, Fresh eggs (cooked to order), 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. Minimum portion sizes shall be provided as indicated for each item: 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) as specified as above - All items in the following dinner menu shall be provided daily per person. Minimum portion sizes shall be provided as indicated for each item: 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 entrée (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. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies with the following addenda: 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 without discussions. Therefore, offeror's initial offer should contain its best terms. The contract will be award as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. The following factors shall be used to evaluate offers: Past Performance and Price. i.) Price: The total price will be the evaluated price. ii.) Past Performance: In accordance with FAR 52.212-1(b)(10) and the following, the offeror is required to identity past or current contracts for efforts similar to this requirement. Offerors shall provide the information shown below at least three (3) and no more that five (5) contracts for the same or similar items, either currently being performed or completed within three years prior to the date of this synopsis/solicitation. Provide as a minimum the following applicable information for each contract: contract number, type of service involved, total dollar amount, procuring activity or firm's compete 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. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. For the purpose of this solicitation past performance is approximately equal to price. 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. Quotations must contain the contractor's Tax Information Number, and DUNS Number. Quotations must be received no later than February 26, 2010, 11:00 AM Pacific time. Quotations received after the date and the time specified will not be considered. Ensure that in addition to prices, quotations shall include applicable representations and certifications and all other information required by the incorporated clauses below. Responses shall be submitted as an attachment to an email addressed to Jake Apolonio at jake.m.apolonio@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-Commerical Items (JUN 2008). FAR 52.212-2, Evaluation-Commercial Items (JAN 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009) with Alt 1 included. An Offeror shall complete only paragraph (j) of this provision if the Offeror has completed the annual representation and certifications 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 (MAR 2008). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (SEP 2009). (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). _______________________ (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of the law or Executive orders applicable to acquisitions of commercial items: 52.219-6, Notice of Total Small Business Set-Aside. (JUN 2003)(15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (MAY 2004)(15 U.S.C. 637 (d)(2) and (3)). 52.219-28, Post Award Small Business Program Representation (APR 2009)(15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (JUN 2003)(E.O. 11755). 52.222-19, Child Labor - Cooperation with Authorities and Remedies (AUG 2009)(E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with disabilities and other eligible veterans (JUN 1998)(29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)(38 U.S.C. 4212). 52.222-50, Combating Trafficking in Persons (FEB 2009)(Applies to all contracts). 52.225-1, Buy American Act-Supplies (FEB 2009). 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129) (JUN 2008). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). (c) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records - Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. The following additional Clauses are incorporated by reference: FAR 52.211-6, Brand Name or Equal (Aug 1999). FAR 52.222-20, Walsh-Healy Public Contracts Act (Dec 1996). FAR 52.242-2, Production Progress Report (Apr 1991). HSAR 3052.209.70, Prohibition on Contracts with Corporate Expatriates (Jun 2006). NOTICE FOR FILING AGENCY PROTESTS 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 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 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 protests 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 (GG-913) Acquisition Planning and Performance Measurement 1900 Half St. SW, Room 11-0402 Washington, DC 20593 Telephone: (202) 372-3692 Fax: (202) 475-3904 Closing date/time for submission of quotations is 26 February 2010 at 11:00 AM Pacific time. Ensure that in addition to prices, quotations include applicable representations and certifications and all other information required by above incorporated clauses. Submit responses to SFLC (CPD), Suite 807N, 1301 Clay Street, Oakland, CA Attn: Jake M. Apolonio. Electronic offers submitted via email to jake.m.apolonio@uscg.mil are acceptable and encouraged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG80-10-Q-P45K75/listing.html)
 
Record
SN02070106-W 20100221/100219235650-3b2ad8f07b123a9fe5d58207a3d99903 (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.