SOLICITATION NOTICE
X -- Lodging Services - Lodging Services
- Notice Date
- 9/28/2018
- Notice Type
- Combined Synopsis/Solicitation
- 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
- 84-19-Q-D58000
- Archive Date
- 11/12/2018
- Point of Contact
- MICHAEL W. STEPHENSON, Phone: 7576284181
- E-Mail Address
-
michael.w.stephenson@uscg.mil
(michael.w.stephenson@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Lodging Services Description(s): This is a combined synopsis/solicitation for Commercial Items prepared in accordance with provisions of FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation. Proposals/Quotes are being requested and a written solicitation will NOT be issued. This solicitation #84-19-Q-D58000 is issued as a Request for Quotation (RFQ). The incorporated Clauses and Provisions are those in effect through Federal Acquisition Circular 2005-99, and may be obtained electronically at http://www.acquisition.gov/far. This RFQ is being solicited as SET-ASIDE SMALL, WOMAN-OWNED, SERVICE DISABLED VETERAN-OWNED, HUBZONE, SMALL DISADVANTAGED VETERAN-OWNED, etc... The North American Industry Classification System (NAICS) is 721110 and the Small Business Size Standard is $32.5M The USCG Shore Infrastructure Logistics Center (SILC) intends to award a Firm-Fixed Price (FFP) Purchase Order using Simplified Acquisition Procedures, in accordance with FAR Part 13, and Policies in accordance with FAR Part 12, Acquisition of Commercial Items. The intended purchase, in accordance with the attached Statement of Work, is for : Short Term Lodging Accommodations for US Coast Guard Personnel in the area of FT Eustis, Virginia 23604, during the OCT 2018 - JAN 2019 time frame. Please quote as specified, and in accordance with the attached Statement of Work (SOW). The following Federal Acquisition Regulations (FAR) Provisions and Clauses apply to this RFQ: 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), 52.212-2, Evaluation - Commercial Items (Oct 2014). The following factors shall be used to evaluate offers: Price, Delivery, and Technical Capability. 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2017). (Note: The Offeror shall complete only paragraph (b) of this provision, if the Offeror has completed the annual representations and certification (Reps & Certs) electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov/portal. If the Offeror has NOT completed the annual Reps & Certs electronically, the Offeror/Vendor shall complete only paragraphs (c) thru (t) of this provision. A hard copy is no longer required if the Offeror/Contractor is SAM Registered. The Government will award a contract resulting from this solicitation, that will be the most advantageous to the Government, with price and other factors considered. NO CONSIDERATION WILL BE GIVEN TO ANY QUOTES LACKING THIS, AND ANY OTHER INFORMATION SET FORTH IN THIS SOLICITATION. Federal Acquisition Regulation (FAR) Clauses that apply to this RFQ: 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017) applies as follows: (b)(8), (25), (26), (27), (28), (29), (30), (31), (32), (33)(i), (44), (47), and (56) End of Clause. PLEASE READ, COMPLETE AND PROVIDE ALL INFORMATION REQUESTED IN THIS SOLICITATION, PARTICULARLY FAR PROVISION(S) 52.212-1 and 52.212-3. Offerors have up to 19 days after publication of this notice to express their interest. The closing date and time for receipt of offers is 4:00 PM Eastern Time, 17 October 2018. Fax or Email quotes are acceptable and may be emailed to: Michael.w.stephenson@uscg.mil or Fax: (757) 628-4231.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/84-19-Q-D58000/listing.html)
- Place of Performance
- Address: Vicinity of USCG PSU-305, 2747 Taylor Ave., FT Eustis, Virginia, 23604, United States
- Zip Code: 23604
- Record
- SN05110605-W 20180930/180928230943-6c67de55ce6b1e44e459332bb3f1b2b0 (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 |