Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

99 -- Dining & Lodging for USCGC ADELIE

Notice Date
7/14/2010
 
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-P45BH8
 
Archive Date
7/31/2010
 
Point of Contact
Jennifer M. Stock, Phone: (510) 637-5973
 
E-Mail Address
jennifer.m.stock@uscg.mil
(jennifer.m.stock@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a separate written solicitation will not be issued. Solicitation number HSCG80-10-Q-P45BH8 is issued as a Request for Quotation (RFQ). HSCG80-10-Q- P45BH8 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-44. This requirement is being solicited as a Total Small Business Set-aside using Simplified Acquisition Procedures per FAR Subpart 13. The Small Business Size Standard for NAICS 721110 is $7.0 million. This requirement is for a firm-fixed price contract. The anticipated award date is on or about February 26, 2010. The government intends to award from this solicitation to the responsible vendor whose quote conforming to the solicitation provides the best value. Refer questions to Jennifer Stock, Contract Specialist at (510) 637-5973 or Jennifer.m.stock@uscg.mil. Quotes must arrive no later than 4:00 p.m. (Pacific Time) July 16, 2010. Quotations may be sent via the US Postal Service or hand delivered to: US Department of Homeland Security, US Coast Guard Surface Forces Logistics Center (PBPL), Attn: Jennifer Stock, 1301 Clay Street, Suite 800N, Oakland, CA 94612. E-mailed and Faxed quotations will be accepted and are subject to the same rules as paper quotations. The telephone number for receiving facsimiles is (510) 637-5912. The Quotes for Work Item (including appropriate gratuities for Housekeepers and wait staff) should be broken downs as follows: 12 Breakfasts at quoted price of _____ times 48 days equals an amount of: $_________ 12 Lunches at quoted price of ____ times 48 days equals an amount of: $_________ 12 Dinners at quoted price of ____ times 48 days equals an amount of: $_________ 4 Double Rooms at quoted price of ____ times 48 days equals an amount of: $_________ 5 Single Rooms at quoted price of ____ times 48 days equals an amount of: _________ For a total job cost of: $_________ Along with your quote, you must submit a COMPLETE copy of the Dining Menu that will be used to for the 48-day period that encompasses ALL Dining Requirements specifically outlined in paragraphs 3.1.2, 3.1.3, and 3.1.4. STATEMENT OF WORK: 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to provide temporary dining and lodging for Coast Guard personnel. 1.2 Government-furnished property. None. 2. APPLICABLE DOCUMENTS None. 3. REQUIREMENTS 3.1 Dining and Lodging requirements. The Contractor shall provide quality temporary lodging for 13 Coast Guard personnel within a 10-mile radius of the vessel's location during the Contract period of performance. The Contractor shall provide healthy, appetizing, and nutritious dining (including wait staff gratuities) for 12 Coast Guard personnel within a 10-mile radius of the vessel's location during the Contract period of performance. Provide 05 single occupancy and 04 double occupancy rooms for Coast Guard personnel during the period specified in paragraph 3.1.1 below. 3.1.1 Commencement and completion. Dining shall commence with providing lunch on 21 July 2010 and end with providing breakfast on 07 September 2010. Use of lodging facilities shall begin on 21 July 2010, at the lodging facility's normal check-in time; and end on 07 September 2010, at the normal check-out time. Lodging and dining facilities shall be within a 10-mile radius of 2730 Federal Avenue, Everett, WA 98225. 3.1.2 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. • Butter, margarine, syrup and jelly or jam. 3.1.3 Lunch & Dinner. Each lunch and dinner shall include: • A choice of three different hot entrées. Entrée choices shall vary in a manner not to repeat within a 3-day period. Daily entrée choices shall include the following; • Poultry • Beef or pork • Fish or shellfish • A choice of soup or salad, with crackers and dressing. Soup choices shall not repeat within a 3-day period. • 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. • A choice of three different desserts or whole fresh fruit. 3.1.4 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 in paragraph 3.1.3 or a box lunch which 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 with dressing. • A choice of two desserts including fresh whole fruit as one option. • A choice of beverages. 3.2 Regulations and standards. All lodging facilities provided shall: 3.2.1 Meet the Hotel and Motel Fire Safety Act of 1990 (PL101-391) and be listed on the Hotel-Motel Master List (see 4.1 (Hotel and Motel Fire Safety Act of 1990 (PL101-391))). 3.2.2 Meet, at a minimum, the requirements of two stars () for a Forbes (formerly Mobil) Travel Guide rating or two diamonds () for an American Automobile Association (AAA) rating; and include free parking for 03 vehicles. Lodging will include daily cleaning, change of linen, and replenishment of toiletries (see 4.2 herein). NOTICE! The facilities provided must meet the requirements, at a minimum, but DO NOT actually have to be formally rated by either organization. 4. NOTES 4.1 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/. 4.2 Rating criteria. Rating criteria can be found at the following websites: • AAA/CAA - http://www.aaanewsroom.net/Main.asp?CategoryID=9&SubCategoryID=22& Select "Diamond Ratings." • Forbes (Formerly MOBIL) Travel Guide - http://www.forbestravelguide.com/hotels-channel.htm CONTRACT CLAUSES (1) FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE (Feb1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. Also, the full text of a clause may be accessed electronically at http://www.arnet.gov/far. (2) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) applies. (3) FAR 52.212-2, Evaluation--Commercial Items (Jan 1999) Evaluation and Award: The government intends to award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation provides the best value to the government. (4) Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) (5) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009) applies to this acquisition (6) The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2010) applies to this acquisition. The following FAR clauses are applicable: FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C.644) FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) FAR 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) FAR 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) FAR 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a - 10d). FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) FAR 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553) The provisions of paragraphs d and e are applicable to this contract. (7) FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 07041 - Cook I $13.11 - See below* 07042 - Cook II $14.32 - See below* 07070 - Dishwasher $ 9.68 - See below* 07260 - Waiter/Waitress $13.19 - See below* 11240 - Maid or Houseman $10.53 - See below* 99050 - Desk Clerk $10.81 - See below* 99030 - Cashier $12.32 - See below* * Fringes are as follows: HEALTH & WELFARE: $3.35 per hour or $134.00 per week or $580.66 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174) (End of clause) Department of Labor, Employment Standards Administration, Wage and Hours Division, Washington, D.C. 20210, Register of Wage Determinations Under the Service Contract Act, by direction of the Secretary of Labor, Division of Wage Determinations, Wage Determination No: 1995-0831, Revision No: 22, Date of Revision: 01/22/2010 State: Florida Area: Florida Counties of Charlotte, De Soto, Hardee, Hernando, Highlands, Hillsborough, Lee, Manatee, Pasco, Pinellas, Polk Sarasota. Copies of this Wage Determination will be provided upon request. No other additional contractual terms and conditions are applicable. No Defense Priorities and Allocations System (DPAS) rating are assigned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG80-10-Q-P45BH8/listing.html)
 
Record
SN02205081-W 20100716/100714234537-bda3df8c7c84b1e8b43b1e7fdddcd9cc (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.