Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
SOLICITATION NOTICE

X -- DINING & LODGING FOR CGC STINGRAY

Notice Date
8/17/2010
 
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 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-11-Q-P45025
 
Point of Contact
Nancy M Brinkman, Phone: 757-628-4579, Lori L Ellis, Phone: (757) 628-4646
 
E-Mail Address
Nancy.M.Brinkman@uscg.mil, lori.l.ellis@.uscg.mil
(Nancy.M.Brinkman@uscg.mil, lori.l.ellis@.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation HSCG80-11-Q-P45025 is being issued as Small Business Set-Aside, Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-44. The NAICS Code is 721110 with a small business standard of $7.0 million. The Period of Performance is FORTY-FOUR (44) calendar days beginning 3 NOV through 17 DEC 2010. Along with your quote, you must submit a COMPLETE copy of the Dining Menu that will be used to for the 49-day period that encompasses ALL Dining Requirements specifically outlined in paragraphs 3.1.2, 3.1.3, and 3.1.4. Quotes may faxed to (757) 628-4676, or be sent via electronic mail to nancy.m.brinkman@uscg.mil or sent via U.S. Mail to: U.S. COAST GUARD Surface Forces Logistics Center (SFLC/PBPL/C&P1) Attn: Nancy Brinkman 300 East Main Street, Suite 600 Norfolk, VA 23510-9102. QUOTES ARE DUE on September 8, 2010 at 10:00 a.m. E.S.T. For information regarding this acquisition, please submit your questions via email to Nancy Brinkman at nancy.m.brinkman@uscg.mil or call 757-628-4579. The anticipated award date is on or about October 13, 2010, however it is subject to change. The government intends to award a fixed priced contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation, provides the best value. Statement of Work: Provide Dining and Lodging 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 REFERENCES AAA/CAA -http://www.aaanewsroom.net/Main.asp?CategoryID=9&SubCategoryID=22& Hotel and Motel Fire Safety Act of 1990 (PL101-391) FORBES (formerly MOBIL) Travel Guide - Http://www.forbestravelguide.com/ 3. REQUIREMENTS 3.1 Dining and Lodging requirements. The Contractor shall provide quality temporary lodging and healthy, appetizing, and nutritious dining (including wait staff gratuities) for 10 Coast Guard personnel within a 10-mile radius of: 9752 Hwy 182 East, Morgan City, LA 70380 for 44 calendar days. Provide 4 single occupancy and 4 double occupancy rooms for Coast Guard personnel during the Period of Performance of 3 November through 17 December 2010 as specified in paragraph 3.1.1 below 3.1.1 Commencement and completion. Dining shall commence with providing lunch on 3 NOV 2010 and end with providing breakfast on 17 DEC 2010. Use of lodging facilities shall begin on 3 NOV 2010, at the lodging facility's normal check-in time; and end on 17 DEC 2010, at the normal check-out time. 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 2 vehicles. Lodging will include daily cleaning, change of linen, and replenishment of toiletries (see 4.2 herein). 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/ The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. The Clause at FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE (Feb 1998) 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 their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far. The following provisions and clauses are applicable to this acquisition and are hereby incorporated by reference: The clause at FAR 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERICIAL ITEMS (June 2010) The provision at FAR 52.214.31, Facsimile Bids (Dec 1989) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) applies. Quotes must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2008), with its offer. The provision at 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. No other additional contractual terms and conditions are applicable. No Defense Priorities and Allocations System (DPAS) rating are assigned. Numbered Note 1 applies. The provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. (August 2009) Vendors are required to submit, a completed copy of the provision at Offeror Representations and Certifications - Commercial Items, with their quote. An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations 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. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (Jul 2010) (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) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (9)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (10)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. _X_ (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X_ (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (24) 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). _X_ (25) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (26) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). _X_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). This Statement is for Information Only: This is not a Wage Determination. WAGE RATE IF UNDER FEDERAL CONTRACT (GS & WG) AS STATED BY SCA / FAR 52.222.42 EQUIVALENT RATES FOR FEDERAL HIRE (Information Only) OCCUPATION CODE - TITLE MINIMUM WAGE RATE Dining and Lodging: FEDERAL EQIVALENCY OCCUPATION CODE - TITLE- RATE Food & Lodging: 07041 Cook I WG-6 $15.46 07042 Cook II WG-8 $18.19 07070 Dishwasher WG-2 $9.97 07130 Food Service Worker WG-2 $9.97 07260 Waiter/Waitress WG-3 $11.34 11240 Maid or Houseman WG-1 $8.58 99030 Cashier GS-2 $10.95 99050 Desk Clerk GS-4 $13.41 DOL wage rates apply to this solicitation. ***** ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: 1. 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 (when applicable). 2. Annual Leave: Two hours of annual leave each week for an employee with less than three years of service; three hours of annual leave each week for an employee with three but less than 15 years of service; and four hours of annual leave each week for an employee with fifteen or more years of service 3. Sick Leave: Two hours of sick leave each week for all employees. 4. Life insurance, health insurance, workers' compensation, and Federal Insurance Compensation Act (for temporary employees) at 7 percent of basic hourly rate. 5. Retirement: 7.0 percent of basic hourly rates for employees hired through December 31, 1985. Retirement at 0.8 percent for employees hired on January 1, 1986, or after. 6. Medicare: 1.45 percent of basic hourly rates for all employees. 7. Social Security: 6.2 percent of basic hourly rates for employees hired on or after January 1, 1986, up to a maximum gross annual salary of $80,400. (end of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-11-Q-P45025/listing.html)
 
Place of Performance
Address: 10-mile radius of: 9752 Hwy 182 East, Morgan City, LA 70380, MORGAN CITY, Louisiana, 70380, United States
Zip Code: 70380
 
Record
SN02243254-W 20100819/100817235202-bed687e790c477470ec1fe480e62e221 (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.