Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2014 FBO #4562
SOURCES SOUGHT

X -- SEEKING INDUSTRY COMMENTS

Notice Date
5/20/2014
 
Notice Type
Sources Sought
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) West, Coast Guard Island, Building 54C, Alameda, California, 94501-5100, United States
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG84-14-Q-BB8053
 
Archive Date
6/14/2014
 
Point of Contact
Emely Hagins, Phone: (510) 437-3057
 
E-Mail Address
Emely.Hagins@uscg.mil
(Emely.Hagins@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
THe US Coast Guard is seeking industry comments regarding the below requirment for hotel services such as what we could do to to improve the solicitation process? What if anything is precluding hotels from submitting proposals? Requirement: The Department of Homeland Security (DHS), United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Chief of Contracting Office for Base Support and Services, COB4, has a requirement to procure hotel rooms, full food services and full use facility services for the U.S. Coast Guard Emergency Operations in the event that a Category 2 or above hurricane or other disaster hits the Port Arthur, Texas or Lake Charles, Louisiana area. The selected Contractor shall provide all food, dining facilities, rooms, personnel, management, supervision, materials, supplies, utilities (except for government installed equipment) and the other items or services necessary. The objective of this effort is to assist the US Coast Guard Port Arthur, Texas Incident Command Post (hereinafter ICP), which is a 24 hour 7 day a week operational command center. This ICP will need to be stood up in a safe location that is away from the current hurricane and potential hazards and dangers resulting from the hurricane. This facility will also need to accommodate certain logistical needs in order to properly lead US Coast Guard post hurricane operations. At least 96 hours prior to landfall of anything equal or greater than a category 2 hurricane, an advance team will be deployed to this location to set up for the eventual ICP stand up. At 48 hours prior to landfall, a decision will be made to expand the operation, and more personnel will be arriving. If a similar storm to Hurricanes Katrina/Rita hit the Port Arthur area, this will require that USCG MSU Port Arthur stay for an undetermined period of time, due to the inability to return to the normal operations in the Port Arthur area. MSU Port Arthur will be forced to reconstitute full operations from the satellite location. HOTEL: The Coast Guard requires the "first right" of up to 150 rooms, full food service and 4 conference rooms as soon as it is known that normal operations will be impossible to be reestablished in the Port Arthur area. At a minimum, the hotel must have a queen size bed, telephone and television. The contractor shall specify any additional amenities being provided. If the hotel is a separate building from the conference rooms, the total distance between the two may not exceed.25 miles. Parking will be needed for up to 200 vehicles. CONFERENCE ROOM/OFFICE SPACE: Office space/conference rooms will be needed for the ICP to be set up and run by the U.S. Coast Guard MSU Port Arthur Hurricane Evacuation Team. The Coast Guard may require up to four office space/conference rooms (if unable to provide 4 please specify what is available and size) to house a day/night, 24-hour watch. One of the rooms must be able to accommodate approximately 4,800 square feet and the other three rooms must be no smaller than 120 square feet. The 4,800 square feet office space/conference room must be able to accommodate or have the potential to accommodate 30 phone/fax lines and 20 internet connections spread out in the room. The smaller conference rooms (no smaller than 120 square feet) must be able to accommodate or have the potential to accommodate 5 phone lines and 5 computer lines. The Contractor must also have the flexibility to increase the amount of lines needed as the operation grows. The facility shall be able to provide tables and chairs for at least 100 people. The 4,800 square feet conference room must be able to accommodate or have the potential to have 100 electric outlets distributed throughout the room. The other three smaller conference rooms must be able to accommodate or have the potential to accommodate 5 electric outlets distributed throughout each room. This acquisition is unrestricted; the applicable NAICS Code is 721110 and the Small Business size standard is $30M (average annual receipts). The contract type is an Indefinite-Delivery Indefinite-Quantity (IDIQ) Contract (base with four one year option periods if exercised by the government) with Firm-Fixed Unit Price Delivery Orders. The Request for Quotation (RFQ) will be issued utilizing procedures in FAR Part 12, Acquisition of Commercial Items and FAR Subpart 13.5, Test Program for Certain Commercial Items. The Coast Guard intends on making a single awards to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The estimated performance period for the Base Year is 01 July 2014 through 30 June 2015, with four (4) priced and evaluated one-year options. Contractors who have an interest in and capabilities to provide the required services must respond in accordance with the Request for Quote. Interested parties must be registered in the Central Contractor Registry (CCR) database and must have an active and complete registration status prior to award, during performance and through final payment of any contract and/or order resulting from this solicitation. Lack of active and complete registration in the CCR database will make a contractor ineligible for award. Contractors may obtain information on registration via the internet at www.ccr.gov or by calling (888) 227-2423.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCP/HSCG84-14-Q-BB8053/listing.html)
 
Place of Performance
Address: Tyler, Texas, United States
 
Record
SN03371427-W 20140522/140520235128-8a068d3f30bba695786cb663c3069edd (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 |
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.