MODIFICATION
99 -- BERTHING CONTRACT USCGC ORCAS
- Notice Date
- 3/1/2006
- Notice Type
- Modification
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, 1301 Clay St., Suite 807N, Oakland, CA, 94612-5249
- ZIP Code
- 94612-5249
- Solicitation Number
- HSCG85-K-625582
- Response Due
- 3/17/2006
- Archive Date
- 4/1/2006
- Point of Contact
- Joseph Daigle, Purchasing Agent, Phone 5106375985, Fax 5106375978,
- E-Mail Address
-
JOSEPH.C.DAIGLE@USCG.MIL
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation HSCG85-06-K-625582 for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 01-19. This is small business set-aside procurement. The NAICS is 721110. It is the policy of the Coast Guard 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 Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard 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. Informal forum with the Ombudsman. Interested parties who believe that Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester’s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency’s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address: Commandant (G-CPM-S/3), 2100 2nd Street, SW, Room 2606, Washington, D. C. 20593, Telephone (202) 267-2285, Fax: (202) 267-4011. Award will be based on the following criteria: Price and Past Performance experience will be evaluated. Offerors are cautioned that the government intends to evaluate offers and award a contract without discussion with offerors. Therefore, the offeror’s initial offer should contain its best terms. The contract will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. The Coast Guard has a requirement to procure the following items for the BERTHING of the USCGC ORCAS crew during the period of 29MAR06 through 16MAY06, sixty three (63) days . The cutter will be dry-docked at Puglia Engineering 201 Harris Ave Bellingham, WA 98225. The requirements are as follows: three (3) single rooms, eight (8) double rooms. 1. SCOPE This item describes the requirements for the Contractor to provide temporary off-ship berthing for the crew of the USCGC ORCAS. 2. GENERAL REQUIREMENTS 2.1 All cutter personnel shall be berthed at one facility only and the same facility shall be used for the duration of the contract. 2.2 All Officers and Chief Petty Officers shall be berthed in single occupancy rooms. 2.3 All Enlisted personnel shall be berthed in double occupancy rooms. 2.4 The contractor shall provide separate rooms for males and females. 3. FACILITIES 3.1 Facilities shall be in compliance with local building, sanitary, fire and life safety codes and all other federal, state and local laws and regulations. 3.2 Fire Protection- Fire protection apparatus inside the facilities shall include smoke alarms, fire extinguishers and installed sprinkler system. 3.3 Commercial Hotels and Motels- Shall be approved by the American Automobile Association (AAA) or by Pre-Award survey conducted by a Government representative. 3.4 Noise Level-Noise level shall not exceed 60 db (A) within the facility from 10PM to 5AM. 3.5 Room locations must be on the second floor or above but no higher then the seventh floor of the facility. 3.6 Room access shall be accessible only by internal hallways. The facilities internal hallways shall have locked external doors accessible by key holding guest only. Internal hallways shall be accessible by the facilities lobby. 3.7 Night lighting shall be provided to exit doors, hallways and staircases in the event of emergency escape. 3.8 Telephone service shall be provided to each room. Local call service shall be provided free of additional costs for each room. All long distance calls and other personal charges will be billed to and paid for by the room occupant(s). The United States Coast Guard assumes no responsibility for payment of such charges. 3.9 Maid services shall be provided daily to clean room and disinfect sanitary facility. Clean wash cloths and towels and toiletries shall be provided daily. Bed is to be made daily and sheets are to be replaced with clean linen no less then every fifth day. Service shall include vacuuming and dusting. Trash is to be removed daily. 3.10 Parking spaces in lighted parking area shall be provided for the berthing facility occupants immediately adjacent to the berthing facility. 3.11 Laundry facilities shall be located indoors and made available to berthing facility occupants in or immediately adjacent to the berthing facility. 4. INSPECTIONS 4.1 Inspections of facility and rooms will be done jointly with both facility and Coast Guard representative both before and after occupying the berthing facility. This inspection will be done during normal business hours. 4.2 Facility shall need to meet the Hotel and Motel Fire Safety Act of 1990 (PL101-391) and be listed on the Hotel Motel Master List www.usfa.fema.gov/applications/hotel/ . 4.3 Facility shall need to meet the minimum requirements for a Mobil Travel Guide rating of two stars or AAA Diamond rating of two diamonds. www.aaanewsroom.net/main.asp?ListAllPubs=1&CategoryID=9& , www.exonmobiletravel.com Potential sources having the expertise and required capabilities are invited to submit quotations that will be considered by the agency. Quotations should be written and submitted in a legible format. Award will be made to the responsible offerors whose offer conforms to the solicitation. Submitted quotes shall have the contractor’s Tax Information Number, and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. All quotations must be received not later than 17MAR06, 2:00 P.M. Pacific Standard Time. Quotations received after that date will not be considered. Electronic offers submitted via email to joseph.c.daigle@uscg.mil are strongly encouraged. The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offeror-Commercial Items (JAN 2005). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2005). The following clauses listed in 52.212-5 are incorporated: FAR 52.203-6, 52.219-6, 52.219-1, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-25, 52.222-35-36, Service Contract Act of 1965, as Amended (MAY 1989) 52.222-41, 52.232-33, 52.222-44, and 52.222-42 Statement of Equivalent Rates For Federal Hires (MAY 1989). Maid or Houseman, $10.78 (Min Wage Rate $8.62), Cashier, $10.78 (Min Wage Rate $8.62) and Desk Clerk, $10.78 (Min Wage Rate $8.62), 52.222-43, 52.222-47, 52.222-49, 52.225-1, 52.232-1, 52.232-8, 52.323-11, 52.232-23, 52.232-25, 52.232-33, 52.232.38, 52.233-1, 52.233-3, 52.242-2, 52.243-1, 52.249-1, 52.253-1. SPECIAL NOTE: FAR 52.212-2 EVALUATION – COMMERCIAL ITEMS (JAN 2005) The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance and Price. 1) Price: The total price will be the evaluated price. 2) Past Performance: The offeror is required to identify past or current contracts for efforts similar to this Messing & Berthing requirement. Offerors are to submit three (3) references. Provide as a minimum the following applicable information: contract number, type of service involved, total dollar amount, procuring activity or firm’s complete name, include addresses, telephone numbers and the point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-MAR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS-DR/USCG/VPLMLCP/HSCG85-K-625582/listing.html)
- Place of Performance
- Address: Bellingham, WA 98225
- Zip Code: 98225
- Country: USA
- Zip Code: 98225
- Record
- SN00997628-F 20060303/060301215255 (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 |