Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2012 FBO #3759
SOLICITATION NOTICE

99 -- Food and Janitorial Services - RFP HSCG84-12-R-AA7399

Notice Date
3/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722310 — Food Service Contractors
 
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
HSCG84-12-R-AA7399
 
Archive Date
4/24/2012
 
Point of Contact
Anthony C. Wesley, Phone: 7576284987, Reginald B. Henderson, Phone: 757-628-4129
 
E-Mail Address
Anthony.C.Wesley@uscg.mil, reginald.b.henderson@uscg.mil
(Anthony.C.Wesley@uscg.mil, reginald.b.henderson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
RFP HSCG84-12-R-AA7399 Wage Determination CDR Technical Exhibit D Technical Exhibit C Technical Exhibit B Technical Exhibit A This acquisition is to provide all labor, materials, equipment, transportation and supervision necessary in compliance with all local, state and Federal laws for FOOD AND JANITORIAL SERVICES to be performed at USCG AIR STATION CLEARWATER, Clearwater, FL as a 100% SET-ASIDE for NISH. This requirement is solicited in accordance with FAR Subpart 8.7 -- Acquisition from Nonprofit Agencies Employing People Who Are Blind or Severely Disabled, which prescribes the policies and procedures for implementing the Javits-Wagner-O'Day Act (41 U.S.C.46-48c), referred to in this subpart as 'the JWOD Act,' and the rules of the Committee for Purchase from People Who Are Blind or Severely Disabled (41 CFR Chapter 51), which implements the Ability One Program using the policies of FAR Part 12, Acquisition of Commercial Items, and the procedures of FAR Part 15, Contracts by Negotiation. A Firm-Fixed Price type contract will be awarded for a Base Period, starting 1 October 2012 through 30 September 2013; and, FOUR Option Years, of 12 months each, not to exceed 60 months, if exercised by the Government. Frequency standards require services/tasks to be performed at designated times such as seasonal or a prescribed length (i.e., daily, weekly, twice weekly, etc.), based on the scope of work. The updated statement of work is Performance Based. The service requirements/performance objectives relate directly to mission essential items as identified in the Performance Work Statement (PWS), the Contractor Quality Control Plan (QCP) and the Government Quality Assurance Plan providing for the highest level of service delivery performance critical to mission success as specified in the solicitation. The NAICS Code is 722310. The size standard is $35.5 million. All responsible sources may submit an offer, which will be considered by this agency. The quotation package shall be available by accessing www.FedBizOpps.gov on or about 08 March 2012. No paper copies of the solicitation will be distributed. Amendments to the quotation will also be provided on the Internet using the same protocol listed above
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-12-R-AA7399/listing.html)
 
Place of Performance
Address: United States Coast Guard Air Station Clearwater Florida, 15100 Rescue way, Clearwater, Florida, 33762, United States
Zip Code: 33762
 
Record
SN02692584-W 20120310/120308235743-b906542fffffbfc48824ce23c39a7330 (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.