SOLICITATION NOTICE
99 -- USCG YELLOW RIBBON EVENT - WILLIAMSBURG, VA - Statement of Work (SOW)
- Notice Date
- 4/19/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
- ZIP Code
- 20593-7828
- Solicitation Number
- HSCG23-17-Q-PRP035
- Archive Date
- 6/5/2017
- Point of Contact
- Wendy M Stevenson, Phone: 202-475-3214, Jacqueline Newman,
- E-Mail Address
-
wendy.stevenson@uscg.mil, Jacqueline.Y.Newman@uscg.mil
(wendy.stevenson@uscg.mil, Jacqueline.Y.Newman@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 3: Clauses and Provisions Attachment 2 Pricing HSCG23-17-Q-PRP035. Statement of Work (SOW) The United States Coast Guard (USCG) is issuing a combined synopsis/solicitation, request for quotation number HSCG23-17-Q-PRP035, for lodging and food service to accommodate approximately 94 attendees for a Coast Guard PSU 305 Yellow Ribbon Reintegration event to be held in the Williamsburg, Virginia area. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The applicable NAICS code is 721110 Hotels (except Casino Hotels) and Motels. The SBA small business size standard is $32,500,000.00. This is an unrestricted requirement. The Coast Guard requests that only hotel and conference capable facilities respond to this requirement as responses from event planners and related enterprises will not be entertained. Attachment (1) Statement of Work (SOW) provides a description of the requirements for the services to be acquired. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. 52.212-2, Evaluation - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017), applies to this solicitation and is included in the attached Terms and Conditions. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer and the "fill-in" for 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006). Terms and conditions necessary for this acquisition and consistent with customary commercial practices are found in Attachment 3. Quotes shall include the following: (1) Technical Capability • Overall ability to provide lodging, conference space, food, A/V equipment, and parking as specified in the statement of work (SOW), Attachment 1. This document shall include written information that pertains to the Offeror's technical capability. It may include a facility brochure. The proposal shall include a detailed description, map or layout of the facility's conference rooms. (2) Responsibility • Quote must include company's address, DUNS Number, CAGE CODE, and Tax ID Number. • The entity's active SAM information, which can be found on www.sam.gov (submitted in PDF or Word). (3) Price • The Offeror shall provide a price quote on a Firm-Fixed Price (FFP) basis. The Offeror shall provide pricing in the format outlined in Attachment 2. Basis for award: The Government intends to award one (1) Firm-Fixed Price (FFP) purchase order to the lowest price and technically acceptable (LPTA) offer. Offerors that do not submit all the information required, may not be considered for award. Refer to provisions 52.212-1 and 52.212-2 for offer requirements and evaluation of offers. The Government anticipates making an award without discussions. Period of Performance: Friday, July 21st thru Sunday, July 23rd, 2017 Place of Performance Address: Williamsburg, Virginia area Any questions or concerns regarding any aspect of this RFQ shall be emailed to Ms. Jacqueline Newman at Jacqueline.Y.Newman@uscg.mil with copy to Ms. Wendy Stevenson at wendy.stevenson@uscg.mil before 12:00 pm EST on Friday, 28 April 2017. Please submit quotations via email to Mr. Jacqueline Newman at Jacqueline.y.newman@uscg.mil before 9:00 am EST on Friday, 05 May 2017 with copy to Ms. Wendy Stevenson at wendy.stevenson@uscg.mil. When responding, please include "HSCG23-17-Q-PRP035" in the subject line of the email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-17-Q-PRP035/listing.html)
- Place of Performance
- Address: Williamsburg, Virginia (area), Williamsburg, Virginia, United States
- Record
- SN04477221-W 20170421/170419234315-ff7cd9bcac6b7a35ba6aab0f1d43cac0 (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 |