Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2021 SAM #7112
SOLICITATION NOTICE

V -- Short Term Berthing June

Notice Date
5/20/2021 9:24:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
DOL-9 NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
84-21-Q-D58088
 
Response Due
6/3/2021 8:30:00 AM
 
Archive Date
06/18/2021
 
Point of Contact
Leilani Sandle
 
E-Mail Address
leilani.d.sandle@uscg.mil
(leilani.d.sandle@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation �This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Subpart 13.5 procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The USCG Office of Procurement and Contracting (DOL-9) intends to issue a Firm-Fixed Price Purchase Order utilizing Simplified Acquisition Procedures in accordance with FAR Part 13 and Policies in accordance with FAR Part 12, Acquisitions of Commercial Items. The intended purchase of services shall be in accordance with the attached Statement of Work. When providing your price quote please provide complete cost break-downs for each element, (e.g. room rate, parking). (A) The solicitation number is 84-21-D58088 and is issued as a Request for Quotation (RFQ). (B) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. Service Contract Labor Standards Wage Determination Number 2015-5637, revision 16, dated 12/21/2020 is applicable. (C) This acquisition is issued as 100% Total Small Business Set-Aside (D) Description/Statement of Work/Specification: See attached for Statement of Work (SOW). (E) FAR Provision 52.212-1, Instructions to Offerors-Commercial (JAN 2017), is incorporated by reference and applies to this acquisition: (F) FAR Provision 52.212-2, Evaluation-Commercial Items (OCT 2014): The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical Acceptability: Technical Acceptability will be evaluated to determine an overall rating of �acceptable� or �unacceptable Technical Acceptability The place of performance MUST be within 10 miles from the San Francisco Airport. Be listed on the Hotel-Motel Mater List and provide a FEMA ID. Facility shall minimally meet either of these requirements: three stars for a Mobile Travel Guide rating, Three diamonds for an American Automotive Association (AAA) rating, or Cranley Rating Level Six. Berthing facility room entrance shall be accessible only by internal hallway(s), shall have locked exterior doors, be accessible by key-holding facility guests only and Internal hallway(s) shall be accessible by the berthing facilities lobby. Price ����������������� a.�Lowest Priced, Technically Acceptable (LPTA) offer. � Factors 1 and 2 when combined, are of equal importance � Offers are due by 03 June 2021, 8:30 AM Pacific Time. � (H) All Solicitation must be submitted �and all questions regarding this solicitation shall be submitted in writing to the Purchasing Agent at Leilani.d.sandle@uscg.mil no later than 01 June 2021, 8:30 AM Pacific time.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f7bff9e1e537455fa2385af19d732a40/view)
 
Place of Performance
Address: San Francisco, CA 94128, USA
Zip Code: 94128
Country: USA
 
Record
SN06008330-F 20210522/210521201527 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.