Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOLICITATION NOTICE

99 -- HOTEL ROOMS FOR THE CREW OF THE CGC KATHERINE WALKER - Solicitation HSCG40-11-Q-61675

Notice Date
7/14/2011
 
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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-11-Q-61675
 
Archive Date
8/11/2011
 
Point of Contact
Carolyn Ward, Phone: 4107626601, Sharon Byrd, Phone: 410-762-6491
 
E-Mail Address
carolyn.ward@uscg.mil, sharon.l.byrd@uscg.mil
(carolyn.ward@uscg.mil, sharon.l.byrd@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Ombudsman SOW/TECHNICAL RQUIREMENTS FOR HOTEL ROOMS FOR THE CGC KATHERINE WALKER CREW REQUIRED INFORMATION Solicitation HSCG40-11-Q-61675 (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-11-Q-61675 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-53 (5 Jul 2011). (iv) This procurement is unrestricted. The North American Industry Classification System (NAICS) code is 721110. The business size standard is 500 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) Item 0001: Double Occupancy Commercial Berthing IAW Attachment- 10 EACH ROOMS FOR 30 NIGHTS REQUIRED. See Technical requirements. Quantity 1 JB. Performance Period is 08/06/2011 through 09/05/2011. Item 0002: Single Occupancy Commercial Berthing IAW Attachment- 4 EACH ROOMS FOR 30 NIGHTS REQUIRED. See Technical requirements. Quantity 1 JB. Performance Period is 08/06/2011 through 09/05/2011 (vi) Place of delivery: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterheads, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses 2) discounts for prompt payment if applicable 3) cage code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Price and delivery information 7) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number. 8) Offerors shall agree to deliver condition that the vendor shall start the performance within 48 hours of notification by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - The evaluation and award procedures in FAR 13.106 - 2 apply. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. Meeting the minimum technical requirements and price, will be used to evaluate offers. Award will be lowest price technically acceptable. Award will be made on an all or none basis. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2011) with Alt 1 shall be submitted with their offers. The use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN) at http://www.bpn.gov. Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of provision FAR 52.212-3 which can be obtained electronically at http://www.arnet.gov/far. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2011). The following clauses listed in 52.212-5 are incorporated: a. 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632 (a)(2)). b. 52.222-3 Convict labor (June 2003) (E.O. 11755) c. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (July 2010) (EO 11755) d. 52.222-21, Prohibition of Segregated Facilities (Feb 1999) e. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) f. 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793) g. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351) h. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351) Wage Determination No: 2005-2247, Revision No: 11, Date of revision: 06/15/2010. i. 52.222-50, Combating Trafficking in Persons (Aug 2007) j. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (EO. 13513) k. 52.225-1 Buy American Act - Supplies (Feb 2009) (41 U.S.C. 10a-10d). l. 52.225-13, Restrictions 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). m. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). n. 52.233-3 Protest after award (Aug 1996) o. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xii) Additional contract requirements: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty or to attach a copy of the warranty terms with their proposal. (xiii) N/A (xiv) QUESTIONS ARE DUE BY WED. 7/20/2011 4PM EST AND QUOTES ARE DUE BY WED. 7/27/2011 4PM EST. Proposals may be faxed to (410) 762-6008 or emailed to Carolyn.Ward@uscg.mil. (xv) Point of Contact: Carrie Ward, Purchasing Agent, Tele. No. 410-762-6601, email address: Carolyn.Ward@uscg.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-61675/listing.html)
 
Record
SN02499431-W 20110716/110714235722-ebf58c50041381c955fd7d2efb24aca0 (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.