Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2016 FBO #5168
SOLICITATION NOTICE

X -- DINING AND BERTHING - KEY LARGO SPEC

Notice Date
1/15/2016
 
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
HSCG80-16-Q-P45858
 
Archive Date
2/5/2016
 
Point of Contact
Jeremy V. Carney, Phone: 7573324165
 
E-Mail Address
jeremy.v.carney@uscg.mil
(jeremy.v.carney@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
KEY LARGO SPEC The USCG Surface Forces Logistics Center has a requirement to procure the services noted below. Quotes may be submitted by E-Mail to: JEREMY.V.CARNEY@USCG.MIL 757-332-4165 This is a combined synopsis/solicitation for Commercial Services. This announcement constitutes the only solicitation notice. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 721110. This notice "IS" SET-A-SIDE for SMALL BUSINESS. The US Coast Guard Surface Forces Logistics Center (SFLC), Baltimore Maryland, has a requirement for the following: Dining for 13 US Coast Guard personnel AND Berthing for 14 US Coast Guard personnel from 25 JAN 2016 to 08 FEB 2016, as per attached specifications. General Summary parameters for Dining and Berthing (listed in Spec) described as follows: Provide 05 double occupancy and 04 single occupancy rooms for above mentioned personnel. Lodgings must be within a 5 Mile radius of: Senseco Marine, 10 MacNaught St, North Kingston, RI NOTE: PLEASE QUOTE ONE TOTAL JOB PRICE, WITH CLEAR COST BREAKDOWN, RATHER THAN JUST "ROOM PER DAY" RESPONDENTS TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THE ABOVE AND ARE TO SUPPLY PERTINENT QUOTE INFORMATION IN SUFFICIENT DETAIL, THUS DEMONSTRATING A BONA FIDE CAPABILITY TO MEET THE REQUIREMENTS SETFORTH IN SPECIFICATIONS. REQUEST FOR QUOTATION HSCG80-16-Q-P45858 WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT January 15th, 2016.. IT IS THE OFFERORS RESPONSIBILITY TO MONITOR FED BIZ OPPS FOR CHANGES OR AMENDMENTS TO THE QUOTATION. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION, WHICH IF TIMELY RECEIVED NLT January 21st 10:00 AM EST, WILL BE CONSIDERED. This request for quotation is issued in accordance with the format in subpart 12.6 of the FAR and pursuant to FAR part 13 and FAC no. 2005-79 (DEC 2014) Companies must have valid DUNS numbers and be registered with System for Award Management (SAM.gov) and shall provide the company Tax Information Number (TIN) with their offer.. The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors -Commercial Items (June 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (DEC 2014). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEC 2014). The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program representation (JUL 2013)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014)(E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (OCT 2000)(E.O. 11246);FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009);FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d);52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013)(31 U.S.C. 3332); The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers' parts. The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. (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.). (End of Clause) NOTICE FOR FILING AGENCY PROTESTS - United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Primary Point of Contact: Jeremy V. Carney Contracting Office Address: 2401 Hawkins Point Road Building 31, Mail Stop 26 Baltimore, Maryland 21226-5000 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-16-Q-P45858/listing.html)
 
Place of Performance
Address: 10 MACNAUGHT ST, NORTH KINGSTON, RI 02852, NORTH KINGSTON, Rhode Island, 02852, United States
Zip Code: 02852
 
Record
SN03993602-W 20160117/160115233927-598bd31e93323b6a52616f4a95e44d0f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.