SOURCES SOUGHT
V -- EMERGENCY HOTEL LODGING
- Notice Date
- 2/27/2018
- Notice Type
- Sources Sought
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG SILC BSS (Shore Infrastructure Logistics Center Base Support and Services), 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
- ZIP Code
- 23510-9113
- Solicitation Number
- 70Z084-18-Q-8N200000
- Archive Date
- 3/24/2018
- Point of Contact
- COURTNEY BAKER-WILLIAMS, Phone: 7576284042
- E-Mail Address
-
COURTNEY.BAKER-WILLIAMS@USCG.MIL
(COURTNEY.BAKER-WILLIAMS@USCG.MIL)
- Small Business Set-Aside
- N/A
- Description
- 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 Shore Infrastructure Logistics Center, Norfolk, VA to identify sources capable of providing emergency lodging services (i.e., lodging services, conference rooms, small office space, parking, and food services) to support U.S. Coast Guard, Sector New Orleans in the event that unit personnel must relocate, in support of Continuity of Operations (COOP) due to a hurricane, requiring USCG Sector New Orleans to evacuate it's building in Algiers, New Orleans, Louisiana. Members of USCG Sector New Orleans would need a safe location that is away from current hurricane and potential future hurricane hazards and/or dangers to lives and properly as well as a hurricane requiring evacuation of the Sector New Orleans building and/or the New Orleans metropolitan area. The facility would need to accommodate certain logistical needs in order to properly lead U.S. Coast Guard post hurricane/COOP operations. The selected contractor shall provide all personnel, management, supervision, materials, supplies, facilities, utilities, and other items or services necessary to provide the needed facilities in accordance with all terms and conditions set forth in the contract. The U.S. Coast Guard shall have the "first right" to use that facility/services in the event of any named storms expected to have minimum sustained winds greater than 73mph, resulting in evacuation of Coast Guard facilities in New Orleans, LA. First Right: "In the event of a hurricane, regardless of the number of tenants you have booked at your facility, you shall make available, within 48 hours after notice from a U.S. Coast Guard Contracting Officer, all of the services outlined in the Statement of Work at the firm-fixed unit prices stipulated in this contract. Additionally, an onsite COOP Exercise will be conducted on an annual basis at the designated COOP facility - this will occur typically in the spring time before Hurricane Season begins. Anticipated Contract Vehicle Type: The anticipated contract vehicle will be an Indefinite-Delivery Indefinite Quantity (IDIQ) contract with fixed-price unit prices; individual delivery orders would be issued pursuant to the IDIQ contract if supplies are required. (Subject to change at the discretion of the Government) Anticipated Period of Performance: The period of performance is anticipated to be for a one-year Base Period and 4 one-year Option Periods (not to exceed five years if all options years are exercised by the Government). The performance period of the contract is anticipated to start no later than 01 June 2018. (Subject to change at the discretion of the Government) Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 721110, Hotels (except Casino Hotels) and Motels and the size standard is $32.5 million. 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 Courtney.baker-williams@uscg.mil no later than March 9, 2018 at 3:00PM, Eastern with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Provide the following: (1) List of cell phone providers that offer service in the lodging facility's area, and (2) The location, name and distance of hospitals, commercial airports, grocery stores and shopping centers from the lodging facility. 4. Business size (small business / veteran-owned small business / service-disabled veteran-owned small business / small disadvantaged business / woman-owned small business / women-owned business / HUBZone small business / 8(a) business / large business). 5. Capability Statement that demonstrates the ability to meet the requirements in the Statement of Work. 6. Evidence of experience in work similar in type, scope, and complexity to include contract numbers, project titles, dollar amounts, points of contact telephone number and e-mail address, and statement of the scope. Interested parties shall furnish this information for at least two (2) contracts for the prime contractor, ongoing or completed within the last three years, for like or similar services, held with the U.S. Coast Guard, other Government agencies or private industry. 7. Corporate affiliations, potential joint venture partners, teaming partners, and or major subcontractors or (prime) information must be provided with your information. 8. A positive statement of your intent to submit a quote for this solicitation as a prime contractor. Competition and set-aside decisions may be based on the results of this market research. Failure to submit information in sufficient detail may result in considering a company as not a viable source. Interested parties must be registered in System for Award Management (SAM) formerly known as CCR. SAM can be accessed at https://www.sam.gov/portal/public/SAM/. Please contact the SAM Customer Services at (866) 606-8220 regarding questions/problems regarding SAM registration. *******DISCLAIMER******** 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/FCPMLCA/70Z084-18-Q-8N200000/listing.html)
- Place of Performance
- Address: NEW ORLEANS, Louisiana, United States
- Record
- SN04836944-W 20180301/180227231917-f9fbbd8f060ad5afa1e5858956276117 (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 |