Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
SOLICITATION NOTICE

X -- USCGC NARWHAL DINING AND LODGING - NARWHAL SPEC

Notice Date
6/27/2017
 
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
HSCG80-17-Q-P45K10
 
Archive Date
7/25/2017
 
Point of Contact
JESUS C. YUTIG, Phone: 4107626957
 
E-Mail Address
JESUS.C.YUTIG@USCG.MIL
(JESUS.C.YUTIG@USCG.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
NARWHAL SPEC The USCG Surface Forces Logistics Center has a requirement to procure the services noted below. Quotes may be submitted by E-Mail to: JESUS.C.YUTIG@USCG.MIL 410-762-6957 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: Berthing for 12 US Coast Guard personnel from 12 Jul 2017 to 31 Aug 2017, and dining for 11 US Coast Guard personnel for same dates, as per attached specifications. General Summary parameters for Dining and Berthing (listed in Spec) described as follows: Provide 04 double occupancy and 04 single occupancy rooms for above mentioned personnel. Lodgings must be within 15-mile radius of Bay Ship and Yacht, 2900 Main St, Alameda, CA 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 HSCG80-17-Q-P45K10 WILL BE AVAILABLE FOR DOWNLOAD ON OR ABOUT JUNE 27TH, 2017. 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 JULY 10TH @ 11:00 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. 2005-93 (JAN 2017) 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) Primary Point of Contact: Jesus Yutig Contracting Office Address: 2401 Hawkins Point Road Building 31, Mail Stop 26 Baltimore, Maryland 21226-5000 United States Ph: 410.762.6957
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-17-Q-P45K10/listing.html)
 
Place of Performance
Address: 2900 MAIN STREET, ALAMEDA, California, 94501, United States
Zip Code: 94501
 
Record
SN04559183-W 20170629/170627235355-1f2125608f20edb5af704757860f2e98 (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.