SOLICITATION NOTICE
V -- Lodging Services in Providenciales (Provo), Turks and Caicos Islands - Guidance on Obtaining a DUNS & Registering in CCR
- Notice Date
- 5/26/2011
- Notice Type
- Presolicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
- ZIP Code
- 23510-9113
- Solicitation Number
- HSCG84-11-Q-AAS210
- Archive Date
- 7/30/2011
- Point of Contact
- Christina M. Grimstead, Phone: (757) 628-4116
- E-Mail Address
-
Christina.M.Grimstead@uscg.mil
(Christina.M.Grimstead@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Guidance on Obtaining a DUNS Numbers and Registering in CCR - Foreign Companies The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC), in Norfolk, VA has a requirement for an average of fourteen (14) studio type apartments/units per day in Providenciales (Provo), Turks and Caicos Islands to house deployed USCG Operation Bahamas, Turks & Caicos (OPBAT) MH60-J air and maintenance crews. The services will be required on an as-needed basis and these numbers may go up or down depending on the current needs of the USCG. Therefore, the contractor shall have the ability to provide up to a total of twenty (20) studio type apartments/units per day. The lodging facility shall be located within a twelve (12) mile distance of Hangar #2, Providenciales International Airport, #1 Inter Island Aviation Way, Providenciales, Turks and Caicos Islands. The solicitation will be issued "unrestricted" under Full and Open Competition in accordance with FAR Subpart 6.1. The applicable NAICS Code is 721110, Hotels (except Casino Hotels) and Motel and the size standard is $30.0 million. The intended contract vehicle will be a single award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with firm-fixed unit prices; individual task orders would be issued pursuant to the IDIQ contract if services are required. The period of performance is anticipated to be for a one-year Base Period and four 6-month Option Periods (not to exceed three years if all options years are exercised by the Government). The performance period of the contract is anticipated to start in September 2011. Interested parties must be registered in the Central Contractor Registration (CCR) database and must have an active and complete registration status prior to award, during performance, and through final payments of any contract and/or order resulting from this solicitation. If an offeror does not become registered in the CCR database before the offer due date and time, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Contractors may obtain information on registration via the Internet at www.ccr.gov or by calling (866) 606-8220. (See attachment for guidance on obtaining a Data Universal Numbering System (DUNS) number and registering in the CCR database.) IMPORTANT: The solicitation will be available on or about June 15, 2011 and is anticipated to close on June 30, 2011. The solicitation will include a detailed Statement of Work and incorporate commercial clauses and provisions in accordance with the Federal Acquisition Regulation (FAR) Part 12 (Acquisition of Commercial Items). Interested parties are hereby notified that this solicitation will be available exclusively on the FedBizOpps website at www.fbo.gov. The solicitation (SF-1449), all attachments, and all solicitation amendments will be published for viewing and printing from the FedBizOpps website. Interested parties are responsible for monitoring the FedBizOpps website for the solicitation and any amendments to the solicitation. No paper copies of the solicitation and/or amendments will be distributed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-11-Q-AAS210/listing.html)
- Place of Performance
- Address: Providenciales (Provo), Turks and Caicos Islands
- Record
- SN02457927-W 20110528/110526234748-9acf98e19bf1f39d40b7508df760bfc9 (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 |