Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
SOURCES SOUGHT

X -- DINING & LODGING FOR COAST GUARD PERSONNEL

Notice Date
3/9/2012
 
Notice Type
Sources Sought
 
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
HSCG80-12-R-PHMH92
 
Archive Date
3/28/2012
 
Point of Contact
Shavonda A. Jamison, Phone: 757-441-7036, Susan A. Kreider, Phone: 7576284644
 
E-Mail Address
Shavonda.Jamison@uscg.mil, susan.a.kreider@uscg.mil
(Shavonda.Jamison@uscg.mil, susan.a.kreider@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE: DINING AND LODGING FOR PERSONNEL ABOARD USCGC KEY BISCAYNE (WPB-1339) AND USCGC DRUMMOND (WPB-1323) This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. Requirement: This notice is issued by the U.S. Coast Guard, Surface Force Logistics Center, Norfolk, VA to identify sources capable of providing temporary dining and lodging for Coast Guard Personnel aboard the U.S. Coast Guard Cutter (USCGC) KEY BISCAYNE (WPB-1339) and DRUMMOND (WPB-1323) within a 15 mile radius of HENDRY CORP., 1650 Hemlock Street, Tampa, FL 33605. Scope of Work: The scope of the requirement is for temporary dining and lodging for Coast Guard personnel to include, but is not limited to the following items: Lodging requirements--- Provide 8 double occupancy and 5 single occupancy rooms for Coast Guard personnel with a 15 mile radius of HENDRY CORP., 1650 Hemlock Street, Tampa, FL 33605. The contractor shall ensure that all lodging facilities shall meet the following minimum standards: a. Meet the Hotel and Motel Fire Safety Act of 1990 (PL101-391) and be listed on the Hotel-Motel Master List (see 4.1 (Hotel and Motel Fire Safety Act of 1990 (PL101-391))). b. Facility shall meet at a minimum the requirements of either three stars for a Mobil Travel Guide rating, three diamonds for an American Automotive Association (AAA) rating or Cranley Rating Level six (6). c. Full indoor laundry facility on premises with 24/7 guest access. d. Full access and use of a workout facility or fitness center in designated exercise room w/ dedicated equipment specialized for the use of working out (e.g. treadmill, rowing machine, elliptical machine, weight machine, free weights etc.). Facility shall be either on the lodging facility premises or within walking distance (not to normally exceed ½ mile or 5 minute commute via vehicle). e. Access to internet in all rooms. f. Full maid service and cleaning. g. Iron and Ironing Board in every room h. Full Bath i. Microwave and refrigerator in every room. j. Berthing facility room entrances shall be accessible only by internal hallway(s). The berthing facilities internal hallway(s) shall have locked exterior doors, accessible by key-holding facility guests only. Internal hallway(s) shall be accessible by the berthing facility's lobby. The berthing facilities lobby shall be manned by a front desk attendant 24 hours a day and 7 days a week. k. Parking available for a minimum of three (3) vehicles during the entire of the stay. Dining requirements. Provide healthy, appetizing, and nutritious, dining including 3 meals a day and wait staff gratuities for 18 Coast Guard personnel within a 5 mile radius of the lodging facility and no more than 5 miles from HENDRY CORP., 1650 Hemlock Street, Tampa, FL 33605. Anticipated Period of Performance: Temporary dining and lodging will be required for the following dates: (Subject to change at the discretion of the Government) USCGC KEY BISCAYNE-8/22/2012 THROUGH 10/27/2012 USCGC DRUMMOND--- 11/7/2012 THROUGH 2/23/2013 Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 721110, Hotel (except Casino Hotels) and Motels. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Shavonda.Jamison@uscg.mil or via fax to (757) 628-4628 (Attn: Shavonda Jamison/C&P1-PBPL) no later than March 13, 2012 at 12:00PM, Eastern Time with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: Is your company one of the following based on NAICS Code 721110: a. 8(a) Small Business Concern; b. HubZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. ED Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern 4. Documentation Verifying Small Business Certification: a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA. b. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. c. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 721110. d. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 721110. e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 721110. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million f. If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 721110. g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 721110. 5. Statement of Proposal Submission: A positive statement of intent stating that you company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. 6. Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business as a Joint Venture or any other type of teaming agreement, they shall provide past performance on projects of similar scope that they have performed together as a Joint Venture. Providing individual past performance documentation from each company on separate projects where the two did not work together is not considered to be sufficient past performance. A Joint Venture that cannot provide this requested information will not be considered to have sufficient documentation needed to evaluate past performance as an evaluation factor. CCR: Interested parties should register in the Central Contractor Registration (CCR)as prescribed in FAR Clause 52.232-33. The CCR can be obtained by accessing the internet at www.ccr.gov or by calling 1-888-227-2423. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-12-R-PHMH92/listing.html)
 
Place of Performance
Address: Within 15 mile radius of HENDRY CORP., 1650 Hemlock Street, Tampa, FL 33605., United States
 
Record
SN02693010-W 20120311/120309234839-d61b60e7d2bc10aa13843ed19318a05d (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.