Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOLICITATION NOTICE

V -- Emergency Lodging Services for USCG MSU Port Arthur, TX

Notice Date
3/24/2011
 
Notice Type
Presolicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-11-Q-AAS207
 
Archive Date
5/31/2011
 
Point of Contact
Christina M. Grimstead, Phone: (757) 628-4116, Douglas Baskin (Alternate POC only), Phone: (757) 628-4261
 
E-Mail Address
Christina.M.Grimstead@uscg.mil, Douglas.Baskin@uscg.mil
(Christina.M.Grimstead@uscg.mil, Douglas.Baskin@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Coast Guard, Shore Infrastructure Logistics Center (SILC), in Norfolk, VA has a requirement for emergency lodging services (hotel rooms, full food services and conference rooms) to stand up the U.S. Coast Guard Port Arthur, Texas Incident Command Post (ICP) in the event that severe weather (e.g., a Category 2 or above hurricane) or other emergency (e.g., terrorist attack or civil unrest) hits the Port Arthur, TX area. The lodging facility (which includes hotel rooms, dining facility and conference rooms) shall be at least 200 miles and no further than 250 miles north of Port Arthur, Texas. Approximately 150 hotel rooms will be needed as soon as it is known that normal operations will be impossible to be reestablished in the Port Arthur, TX area. Approximately 150 servings per meal (breakfast, lunch, dinner and midnight rations) per day will need to be prepared; the number of meals may go up or down depending on the needs of the Coast Guard. One conference room must be able to accommodate approximately 4,800 square feet and three conference rooms must be no smaller than 120 square feet each. Applicable Standards: (1) The lodging facility shall meet, at a minimum, the requirements of two stars for a Forbes Travel Guide (formerly Mobil Travel Guide) rating and/or two diamonds for an American Automobile Association (AAA) rating; the facility must meet the requirements, at a minimum, but DOES NOT actually have to be formally rated by either organization. (2) The lodging facility shall be in compliance with the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391) and be listed on the U.S. Fire Administration (USFA) Hotel/Motel Fire-Safe List. Information can be obtained at the following website: http://www.usfa.dhs.gov/applications/hotel/ The solicitation will be issued "unrestricted" under Full and Open Competition in accordance with FAR Subpart 6.1. The applicable NAICS Code is 721110, Hotels (except Casino Hotels) and Motel and the size standard is $30.0 million. The intended contract vehicle will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with firm-fixed unit prices; individual task orders would be issued pursuant to the IDIQ contract if services are required. The period of performance is anticipated to be for a one-year Base Year and 4 one-year Option Years (not to exceed five years if all options years are exercised by the Government). The performance period of the contract is anticipated to start no later than 01 September 2011. Interested parties must be registered in the Central Contractor Registration (CCR) database and must have an active and complete registration status prior to award, during performance and through final payments of any contract and/or order resulting from this solicitation. Lack of active and complete registration in the CCR database will make a contractor ineligible for award. Contractors may obtain information on registration via the Internet at www.ccr.gov or by calling (888) 227-2423. IMPORTANT: The solicitation will be available on or about April 1, 2011 and is anticipated to close on April 22, 2011. The solicitation will incorporate commercial clauses and provisions in accordance with the Federal Acquisition Regulation (FAR) Part 12 (Acquisition of Commercial Items). Interested parties are hereby notified that this solicitation will be available exclusively on the FedBizOpps website at www.fbo.gov. The solicitation (SF-1449), all attachments and all amendments will be published for viewing and printing from the FedBizOpps website. Interested parties are responsible for monitoring the FedBizOpps website for the solicitation and any amendments to the solicitation. No paper copies of the solicitation and/or amendments will be distributed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-11-Q-AAS207/listing.html)
 
Place of Performance
Address: 200 miles and no further than 250 miles north of Port Arthur, Texas., United States
 
Record
SN02408929-W 20110326/110324234941-8c7a12e43877f1df28c4cd3b1576e64f (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.