SOLICITATION NOTICE
V -- Emergency Loding Services in McAllen TX for U.S. Coast Guard Sector Corpurs Christi
- Notice Date
- 5/31/2013
- 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-BB8046
- Archive Date
- 10/31/2013
- Point of Contact
- Jillian L. Noblett, Fax: (757) 628-4135
- E-Mail Address
-
Jillian.L.Noblett@uscg.mil
(Jillian.L.Noblett@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS / PRESOLICITATION NOTICE HSCG84-13-Q-BB8046 The U.S. Coast Guard has a requirement for "first right" emergency lodging services (hotel rooms, food service, and conference room) to stand up an evacuation center for U.S. Coast Guard Sector Corpus Christi's Co-Location Units: Brownsville and South Padre Island in the event that a natural or man-made emergency (e.g., hurricane, terrorist attack, severe weather, or civil unrest) hits the South Texas coastal bend area. The evacuation center location/lodging facility (i.e., hotel rooms, dining facility, and conference room) shall be located in McAllen, Texas within the zip codes of 78503 and 78504. At least sixty (60) single-occupancy and twenty (20) 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 100 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. If the Contractor is unable to provide food services at their facility, food services must be available within 0.5 miles of the lodging facility. One meeting room with a table and chairs will be needed to accommodate 10 people 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 September 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 June 19, 2013 and is anticipated to close on July 17, 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-BB8046/listing.html)
- Place of Performance
- Address: McAllen, Texas within the zip codes of 78503 and 78504, United States
- Zip Code: 78504
- Zip Code: 78504
- Record
- SN03076684-W 20130602/130601000041-5b425f048436e220015fc8a3581be6d2 (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 |