SOLICITATION NOTICE
V -- Emergency Lodging Services in Corpus Christi TX for the U.S. Coast Guard Sector Corpus Christi
- Notice Date
- 2/12/2013
- 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
- HSCG84-13-Q-BB8037
- Archive Date
- 7/1/2013
- Point of Contact
- Christina M. Grimstead,
- E-Mail Address
-
Christina.M.Grimstead@uscg.mil
(Christina.M.Grimstead@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS / PRESOLICITATION NOTICE HSCG84-13-Q-BB8037 Emergency Lodging Services in Corpus Christi TX for the U.S. Coast Guard Sector Corpus Christi The U.S. Coast Guard has a requirement for "first right" emergency lodging services (hotel rooms, food service, and four conference/meeting rooms) to stand up the U.S. Coast Guard, Sector Corpus Christi Incident Command Post (ICP) in the event that a natural or man-made emergency (e.g., hurricane) hits the Corpus Christi and/or the South Texas coastal bend area. The ICP location/lodging facility ( i.e., hotel rooms, dining facility, and conference/meeting rooms) shall be located in Corpus Christi, TX no more than 30 miles away from USCG Sector Corpus Christi located at 8930 Ocean Drive, Corpus Christi, TX 78419. The ICP location shall not be in a flood zone (no inundation). At least thirty (30) single-occupancy and sixty (60) double-occupancy hotel rooms will be needed as soon as it is known that normal operations are impossible to be reestablished in the Corpus Christi area. Approximately 150 servings per meal (breakfast, lunch, and dinner) per day will need to be prepared; the number of meals may go up or down depending on the needs of the U.S. Coast Guard. Commercial food services (e.g., restaurants, fast food, etc.) must be available within 0.5 miles of the lodging facility if the Contractor is unable to provide food services at their facility. One conference room, with tables and chairs, will be needed to accommodate 150 people with adequate work space. The three smaller meeting rooms, with table and chairs, will be needed to accommodate 10 people each with adequate work space. Applicable Standards: (1) The lodging facility shall meet, at a minimum, the requirements of two stars for a Forbes Travel Guide (formerly Mobil Travel Guide) rating, two diamonds for an American Automobile Association (AAA) rating, and/or an equivalent rating; the facility must meet the requirements, at a minimum, but DOES NOT actually have to be formally rated by either organization. (2) The lodging facility shall be in compliance with the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391) and be listed on the U.S. Fire Administration (USFA) Hotel/Motel Fire-Safe List. Information can be obtained at the following website: http://www.usfa.dhs.gov/applications/hotel/ 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 Base Period and 4 Option Periods (not to exceed five years if all options periods are exercised by the Government). The performance period of the contract is anticipated to start in May 2013. SAM Registration: Interested parties should register in the System for Award Management (SAM), formerly known as CCR. Information on SAM registration can be obtained at https://www.sam.gov/portal/public/SAM/. Please contact the SAM Customer Service at (866) 606-8220 regarding questions/problems regarding SAM registration. IMPORTANT: The solicitation will be available on or about February 19, 2013 and is anticipated to close on March 21, 2013. The solicitation will 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), Statement of Work, attachments, and all 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. QUESTIONS: Questions will not be accepted at this time; there will be a time period specified in the solicitation for receipt of questions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-13-Q-BB8037/listing.html)
- Place of Performance
- Address: Lodging facility/conference rooms shall be located in Corpus Christi, TX no more than 30 miles away from USCG Sector Corpus Christi located at 8930 Ocean Drive, Corpus Christi, TX 78419. Can not be in a flood zone (no inundation)., United States
- Record
- SN02985873-W 20130214/130212234752-6131e42199804a0f786c35d66c98faf6 (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 |