Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2010 FBO #3253
SPECIAL NOTICE

99 -- DINING AND LODGING FOR USCGC FLYING FISH-RFI

Notice Date
10/19/2010
 
Notice Type
Special Notice
 
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-MREIII
 
Archive Date
11/22/2010
 
Point of Contact
Louis J Romano, Phone: (757)628-4651, Lori L. Ellis, Phone: 757 628 4646
 
E-Mail Address
louis.j.romano@uscg.mil, Lori.L.Ellis@uscg.mil
(louis.j.romano@uscg.mil, Lori.L.Ellis@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
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 HSCG80-11-Q-MREIII is a Request for Information (RFI) only and issued as a Request for Quotation (RFQ). HSCG80-11-Q-MREIII 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. Please Take Note: The government does not intend to award a contract as a result of this RFI; potential offerors are urged to submit their questions and comments regarding the specification, along with their respective prices for the items listed here, for evaluation and consideration in preparing dining and lodging specifications for future drydock availabilities. Be advised that if an award was going to be made in response to this solicitation, it would be awarded (See FAR 52.212-2, Evaluation-Commercial Items included in this RFQ) to the responsible vendor whose quote conforming to the solicitation provides the best value. The USCGC FLYING FISH (WPB-87346) will be located at 2214 East 69th Street, Brooklyn, NY 11234 from Wednesday, November 3, 2010 until Sunday, January 1, 2011. Refer questions to Louis Romano, Contract Specialist at (757) 628-4651 or Louis.J.Romano@uscg.mil. Quotes must arrive no later than 2:00 p.m. (Eastern Time) October 25, 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: Louis Romano, 300 E. Main Street, Suite 600, Norfolk, VA 23510. 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 (757) 628-4630. 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 59 days equals an amount of: tiny_mce_marker_________ 12 Lunches at quoted price of ____ times 59 days equals an amount of: tiny_mce_marker_________ 12 Dinners at quoted price of ____ times 59 days equals an amount of: tiny_mce_marker_________ 5 Double Rooms at quoted price of ____ times 59 days equals an amount of: tiny_mce_marker_________ 4 Single Rooms at quoted price of ____ times 59 days equals an amount of: tiny_mce_marker_________ For a total job cost of: tiny_mce_marker_________ Along with your quote, you must submit a COMPLETE copy of the Dining Menu(s) that will be used for the 59-day period that encompasses ALL Dining Requirements specifically outlined in paragraphs 3.4.1, 3.4.2, 3.4.3 and 3.4.4. 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. **NOTE: As previously stated herein, this Request for Information (RFI) is being issued solely for market research purposes in order to determine the viability of the specification for future contract consideration and implementation. No award will be forthcoming as a result of this combined synopsis. 2. APPLICABLE DOCUMENTS None. 3. REQUIREMENTS 3.1 Lodging requirements. The Contractor shall provide quality temporary lodging, for 13 Coast Guard personnel within a 15-mile radius of 2214 E. 69th Street, Brooklyn, NY 11234. 3.1.1 Occupancy particulars. The Contractor shall provide 5 double occupancy and 4 single occupancy rooms for Coast Guard personnel. 3.1.2 Commencement and completion. Lodging shall commence on November 3, 2010 and terminate on January 1, 2011. 3.2 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 (see 4.1 (Hotel and Motel Fire Safety Act of 1990 (PL101-391))). • Lodging Facility shall be within 15 miles of the Dry-dock location. • Lodging facility shall have a 3/4 kitchen facility in each room (refrigerator, stove top, microwave, full sink, cabinets, toaster, basic utensils, cooking pots/pans, dishes, etc.) or unrestricted access to a shared full kitchen (full refrigerator, stove top, oven, full sink, cabinets, utensils, cooking pots & pans, dishes, toaster, etc.), marked and secured for 24/7 Coast Guard use ONLY. • Full laundry facility on premises with 24/7 access. • Workout facility or fitness center in designated exercise room w/ dedicated equipment specialized for the use of working out (e.g. treadmill, rowing machine, elliptical machine, weight machine, free weights etc.). • Access to internet in all rooms. • Minimum of 8sqft of desk space in every room. • Full daily maid service and cleaning. • Iron and Ironing Board in every room. • Full Bath • Facility shall meet at a minimum the requirements of two stars for a Mobil Travel Guide rating or two diamonds for an American Automotive Association (AAA) rating. 3.3 Parking. The lodging facility must have parking available for 2 vehicles during the entire duration of the stay. 3.4 Dining requirements. The Contractor shall provide healthy, appetizing, and nutritious dining, including 3 meals a day and wait staff gratuities, for up to 12 Coast Guard personnel within a ½ mile radius of the crew's primary lodging location. 3.4.1 Commencement and completion. Dining shall commence with lunch on November 3, 2010, and end with breakfast on January 1, 2011. 3.4.2 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. 3.4.3 Lunch and 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. 3.4.4 Take-out meals. The Contractor shall substitute carry-out meals for up to 18 Coast Guard personnel, for breakfast, lunch and 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 3.1.4 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. 3.5 Dining Facility. The Contractor shall provide a dining area that is used solely for the purpose of dining, and shall be available to the crew for no less than 3 hours per meal. 3.6 Parking. The dining facility must have free parking available for 2 vehicles during all major meal times. 3.7 Commercial Dining Standard. 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. NOTE 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." • MOBIL Travel Guide - http://www.forbestravelguide.com/ CONTRACT CLAUSES NOTE: For your information, the following contract clauses would be applicable if this was a request for quote for other than information purposes. No award will be made as a result of this solicitation. (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 (with the exception of paragraph f). (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. Best value will be determined by an evaluation of the current conditions of the proposed lodging establishment or a written evaluation provided by Coast Guard personnel who physically occupied the proposed establishment during a repair availability that took place within the past six (6) months. (4) Vendors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2010), 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. (5) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010) 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 (Oct 2010) applies to this acquisition. The following FAR Clauses are provided for information only. However they would be applicable on an actual solicitation and resulting award: FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C.644) FAR 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793) FAR 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) (41 U.S.C. 351, et seq.). FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) 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 a, 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: The Employee Class and Monetary Wages provided herein are representative of and are shown to make offerors aware of the categories and wages that would have to be paid to service workers if an actual award was made. It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 07041 - Cook I $19.12 - See below* 07042 - Cook II $23.31 - See below* 07070 - Dishwasher $12.59 - See below* 07260 - Waiter/Waitress $13.09 - See below* 11240 - Maid or Houseman $10.55 - See below* 99050 - Desk Clerk $14.01 - See below* 99030 - Cashier $11.44 - See below* 11060 - Elevator Operator $12.59 - See below* 11210 - Laborer, Ground Maintenance $14.23 - See below* * Fringes are as follows: 1. Holidays: New Year's Day, Martin Luther King's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas Day, and Inauguration Day (when applicable). 2. Annual Leave: Two hours of annual leave each week for an employee with less than three years service; three hours of annual leave each week for an employee with three but less than fifteen 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) 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: 1995-0561, Revision No: 21, Date of Revision: 06/15/2010, State: New York Area: New York Counties of Bronx, Kings, New York, Putnam, Queens, Richmond, Rockland, Westchester. 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/COUSCGMLCA/HSCG80-11-Q-MREIII/listing.html)
 
Place of Performance
Address: Within a 15-mile radius of 2214 East 29th Street, Brooklyn NY 11234., Brooklyn, New York, 11234, United States
Zip Code: 11234
 
Record
SN02313224-W 20101021/101019233928-e220adc6c07898c5f0266e37943fa8fc (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.