MODIFICATION
V -- Emergency Lodging Services and Conference Room Services, Baton Rouge, LA
- Notice Date
- 5/12/2011
- Notice Type
- Modification/Amendment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- 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
- HSCG84-11-Q-AAS209
- Archive Date
- 5/7/2011
- Point of Contact
- Amy L McLiverty, Phone: 7576284125, Jessica L Coltz, Phone: (757) 628-4490
- E-Mail Address
-
amy.l.mcliverty@uscg.mil, jessica.l.coltz@uscg.mil
(amy.l.mcliverty@uscg.mil, jessica.l.coltz@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Presolicitation Notice The U.S. Coast Guard, Shore Infrastructure Logistics Center (SILC), in Norfolk, VA has a requirement for "first right" emergency lodging services (80 hotel rooms (16 single occupancy, 64 Double Occupancy (2 beds), 1 conference room and parking spaces for 50 vehicles, six 25ft response boats on trailers) for U.S. Coast Guard, Sector New Orleans, LA in the event that the unit personnel must relocate in support of the Continuity of Operations (COOP) or Hurricane Plans. The lodging facility shall be within 15 miles of the U.S. Coast Guard Joint Forces Office (JFO) located in the Renaissance Park Bldg. at 415 N. 15th Street, Baton Rouge, LA. Approximately 80 hotel rooms(16 single occupancy, 64 Double Occupancy (2 beds)), will be needed as soon as it is known that normal operations will be impossible to be reestablished in the Lake Charles, LA area. Parking will be needed for up to 50 vehicles and six 25 foot response boats on trailers (total space 50'x60". One conference room must be able to accommodate approximately 100 personnel and will be needed to establish an Incident Command Post (ICP) for 24 hour operations management (with T1 hard cable internet line, at least 15 phone lines/electrical outlets). Applicable Standards: (1) The lodging facility shall meet, at a minimum, the requirements of two diamonds for an American Automobile Association (AAA) rating; the facility must meet the requirements, at a minimum, but DOES NOT actually have to be formally rated by the organization. (2) The lodging facility shall be in compliance with the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391) and be listed on the U.S. Fire Administration (USFA) Hotel/Motel Fire-Safe List. Information can be obtained at the following website: http://www.usfa.dhs.gov/applications/hotel/ The solicitation will be issued as Total Small Business set-aside. The applicable NAICS Code is 721110, Hotels (except Casino Hotels) and Motel and the size standard is $30.0 million. The intended contract vehicle will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with firm-fixed unit prices; individual task orders would be issued pursuant to the IDIQ contract if services are required. The period of performance is anticipated to be for a one-year Base Year and 4 one-year Option Years (not to exceed five years if all options years are exercised by the Government). The performance period of the contract is anticipated to start in June 2011. Interested parties must be registered in the Central Contractor Registration (CCR) database and must have an active and complete registration status prior to award, during performance and through final payments of any contract and/or order resulting from this solicitation. Lack of active and complete registration in the CCR database will make a contractor ineligible for award. Contractors may obtain information on registration via the Internet at www.ccr.gov or by calling (888) 227-2423. IMPORTANT: The solicitation will be available on or about May 16, 2011 and is anticipated to close on May 27, 2011. The solicitation will incorporate commercial clauses and provisions in accordance with the Federal Acquisition Regulation (FAR) Part 12 (Acquisition of Commercial Items). Interested parties are hereby notified that this solicitation will be available exclusively on the FedBizOpps website at www.fbo.gov. The solicitation (SF-1449), all attachments and all amendments will be published for viewing and printing from the FedBizOpps website. Interested parties are responsible for monitoring the FedBizOpps website for the solicitation and any amendments to the solicitation. No paper copies of the solicitation and/or amendments will be distributed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-11-Q-AAS209/listing.html)
- Place of Performance
- Address: The lodging facility must be located within 15 miles of U.S. Coast Guard Joint Forces Office (JFO) located in the Renaissance Park Bldg. at 415 N. 15th Street, Baton Rouge, LA, United States
- Record
- SN02446904-W 20110514/110512235144-817fd1a6d5c67daea7bc1c214167ae39 (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 |