SOLICITATION NOTICE
X -- Berthing for USCGC James Crew
- Notice Date
- 11/25/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
- ZIP Code
- 20593-7828
- Solicitation Number
- HSCG23-15-Q-P5L001
- Archive Date
- 12/26/2014
- Point of Contact
- Martha Bello, Phone: 2024753710
- E-Mail Address
-
Martha.A.Bello@uscg.mil
(Martha.A.Bello@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The USCG Project Resident Office - Gulf Coast (PRO GC) has a requirement to procure the services noted below. Quotations shall be submitted by e-mail by the response date to Ms. Martha A. Bello at Martha.A.Bello@uscg.mil. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6 and the simplified acquisition procedures of FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The NAICS Code for this solicitation is 721110. This notice is set aside 100% for small business participation. The USCG has a requirement for approximately 30 single and 41 double-occupancy rooms for a crew of up to 112 USCG military personnel. The personnel will arrive in three groups, as shown in Section 1.9.13 of the attached Statement of Work (SOW), with the possibility of a fourth group of up to 14 personnel utilizing up to 6 double rooms and 2 single rooms. The base period of performance is 12 January 2015 through 12 June 2015, with an option for an additional three months at the same rates as the base period. Services shall be provided in accordance with the attached SOW. Quotations will be evaluated on a best value basis, with emphasis on meeting the material SOW requirements specified in Sections 1.9.1 through 1.9.14. The quoted facility shall be within a 35 mile radius of the Huntington Ingalls Industries (HII) shipyard at 2000 Jerry St. Pѐ Highway, Pascagoula, MS 39567. Quotations must fully demonstrate a bona fide capability to accomplish the material terms and conditions contained in this solicitation and SOW and shall contain pertinent information in sufficient detail to permit evaluation of all such requirements. Evaluation Factors: 1. Technical (including Site Visit Evaluation and the objective requirements in SOW 1.9.15) 2. Past Performance 3. Price Technical is the most important factor. Past Performance is less important than the Technical factor. Price is the least important factor. NOTE however, the Government is unable to contract with any vendor whose facility exceeds Federal Per Diem rates established for the Pascagoula, MS area by the General Services Administration, currently $83.00 per person per night (http://www.gsa.gov). All Non-price factors, when combined, are significantly more important than Price. Site visits will be conducted by appointment only. Site visits do not constitute a forum for discussions, only a means for Government personnel to evaluate potential properties. The Contracting Officer is the only authorized personnel to conduct discussions. The Government intends to award one firm, fixed-price contract for the required services without holding discussions. However, the Government reserves the right to hold discussions, if in the Government's sole discretion, discussions are required. It is the vendors' responsibility to monitor FedBizOpps for changes or amendments to the solicitation. Questions may be submitted via e-mail to Ms. Bello on or before 10:00 AM, Eastern Standard Time, December 2, 2014. This Request for Quotation (RFQ) is issued pursuant to FAR Subpart 13.5 and Federal Acquisition Circular (FAC) no. 2005-77 (OCT 2014). Vendors must have valid DUNS numbers and be registered with the System for Acquisition Management (SAM), formerly the Central Contractor Registration (CCR) database, and shall provide the company's Tax Information Number (TIN) with their quotation. The following FAR clauses and provisions apply to this solicitation. Full-text versions of these clauses and provisions may be obtained electronically at www.arnet.gov. FAR 52.212-1, Instructions to Offerors - Commercial Items (JUL 2013); FAR 52.212-3, Offer Representations and Certifications - Commercial Items (MAY 2014); FAR 52.212-4, Contract Terms and Conditions - Commercial Items (SEP 2013); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2014) The following clauses listed within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006) with Alternate I (OCT 1995); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013); 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013); 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011); 52.219-8, Utilization of Small Business Concerns (JUL 2013); 52.219-14, Limitations on Subcontracting (DEC 1996); 52.219-28, Post Award Small Business Program Representation (JUL 2013); 52.222-3, Convict Labor (JUN 2003); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-22. Previous Contracts and Compliance Reports (FEB 1999); 52.222-25, Affirmative Action Compliance ((APR 1984); 52.222-26, Equal Opportunity (MAR 2007); 52.222-35, Equal Opportunity for Veterans (JUL 2014); 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010); 52.222-37, Employment Reports on Veterans (JUL 2014); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (JUL 2013). Department of Homeland Security Acquisition Regulation (HSAR) Clauses (48 CFR Chapter 30) CFR = Code of Federal Regulations. 3052.205-70, Advertisement, Publicizing Awards, and Releases (SEP 2012); 3052.215-70, Key Personnel or Facilities (DEC 2003); 3052.242-72, Contracting Officer's Technical Representative (DEC 2003) The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturer's parts. The Contractor shall comply with the FAR and HSAR clauses applicable to commercial services, that the Contracting Officer has indicated as being incorporated into this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items. The U.S. Coast Guard will have contracted support personnel assisting in the administration of this solicitation. Support contractors will NOT evaluate any of the quotes, they but will assist the Contracting Officer with processing the proposal and compiling documentation. Only Government personnel will evaluate and make award decisions. The following contractor(s) will be assisting the U.S. Coast Guard: Panum Group LLC 7315 Wisconsin Ave 800 W Bethesda, MD 20814 Submission of an offer under this solicitation is consent to permit the contractor(s)'s assisting the Government process its proposals. NOTICE FOR FILING AGENCY PROTESTS - United States Coast Guard (USCG) Ombudsman Program. It is the policy of the USCG to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protestor essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternate Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. INFORMAL FORUM WITH THE OMBUDSMAN Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). FORMAL AGENCY PROTEST WITH THE OMBUDSMAN Prior to submitting a formal agency protest, protestors must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protestor's concerns are unresolved, an independent review is available by the Ombudsman. The protestor may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protestor fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security, United States Coast Guard (CG-9131), Ombudsman Program for Agency Protests, 2703 Martin Luther King Jr. Ave SE, Washington, DC 20593-7828 or FAX 202-372-8447. The Ombudsman Hotline telephone number is 202-372-3695. Primary Point of Contact: MARTHA A. BELLO USCG Office of Contract Operations Formal Contracts Division V (CG-9125) 2703 Martin Luther King Jr. Ave SE Washington, DC 20593-7828 Telephone: 202-475-3710 E-Mail: Martha.A.Bello@uscg.mil STATEMENT OF WORK 1.0 GENERAL 1.1 SCOPE. The purpose of this contract is to provide temporary lodging for United States Coast Guard (USCG) personnel within a thirty five (35) mile radius of Huntington Ingalls Industries - Ingalls Shipbuilding in Pascagoula, MS. The Contractor shall provide at a minimum, 30 single and 41 double vacancy rooms for U.S. Coast Guard personnel during the time period specified below, with an option for an additional 6 double rooms and an additional 2 single rooms. 1.2 BACKGROUND. Temporary lodging is required to support USCG members while temporarily assigned to the shipyard facility of HII in support of readying the USCGC James into the USCG fleet. 1.3 CONTRACTOR PERSONNEL. The Contractor shall provide a Point of Contact (POC) (Management level or above) who shall be responsible for all services provided herein. This person shall be considered Key personnel. The POC shall be the liaison for the Contractor and the Government on all matters pertaining to this work effort. The POC shall be able to read, write, speak and understand English. The POC shall be available to the Government via telephone and email and shall respond to a request for discussion or resolution of issues within one business day of notification of the issue. In the event the facility receives noise or conduct complaints relating to USCG members, those occurrences shall be reported within one calendar day to the Government. 1.3.1 EMPLOYEE CONDUCT. 1.3.1.2 CONFLICT OF INTEREST. The Contractor shall not employ any person who is an employee of the United States Government as Key Personnel. 1.4 KEY PERSONNEL. The POC identified in paragraph 1.3 above shall be considered Key Personnel. Before replacing any individual designated as Key by the Government, the Contractor shall notify the Contracting Officer no less than 15 business days in advance, submit written justification for replacement, and provide the name and qualifications of any proposed substitute(s). All proposed substitutes shall possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not replace Key Contractor personnel without acknowledgement from the Contracting Officer. 1.5 PERIOD OF PERFORMANCE. The period of performance for this effort shall be from 12 January 2015 thru 12 June 2015, with an option to extend up to three months at the same rates as the base period. 1.6 PLACE OF PERFORMANCE. The primary place of performance shall be located within 35 miles of Huntington Ingalls Industries - Ingalls Shipbuilding, 2000 Jerry St Pè HWY, Pascagoula, MS 39567. 1.7 HOURS OF OPERATION. The facility shall have a 24 hour check in desk. If a 24 hour check in desk is not provided, as in the case of an extended stay facility, a qualified member of the facility staff must be on call and on-site within 20 minutes. 1.8 KICK-OFF MEETING. The Contractor shall attend a Kick-Off Meeting with the Government not later than (NLT) 5 business days after the date of award. The purpose of the Kick-Off Meeting is to discuss the requirements of the Statement of Work. The Kick-Off Meeting will be held at the Contractor's facility.   1.9 LODGING REQUIREMENTS. 1.9.1 Housekeeping shall provide the following minimum services to each USCG occupied room herein, to include: changing towels, replenishment of toiletries, wiping down horizontal surfaces, disinfecting the shower, toilet and sink, vacuuming the floor, and the changing of bed linens at a minimum of once per week and whenever there is a change in occupancy. All bath, shower, and sink fixtures (including the shower curtain), shall be free of rust, mildew or mold. All rooms shall be free of any noxious and unpleasant odors. All trash shall be removed daily. 1.9.2 The facility shall meet the Hotel and Motel Fire Safety Act of 1990 (PL101-391) and meet minimum federal, state, and local standards for hotels. Information on the Safety Act and the Master Hotel list can be found at http://www.usfa.fema.gov/applications/hotel/. 1.9.3 Each room shall be equipped with a hard wired, single-station smoke detector in each guestroom in accordance with the National Fire Protection Association (NFPA) standard 74; an automatic sprinkler system, with a sprinkler head in each guest room in compliance with NFPA standards 13 or 13R. Properties three stories or lower in height are exempt from the sprinkler system. 1.9.4 All of the rooms assigned under this work effort shall be adjacent to each other and or in the same building. 1.9.5 The facility shall be located within a thirty five (35) mile radius of Huntington Ingalls Industries - Ingalls Shipbuilding, 2000 Jerry St Pè HWY, Pascagoula, MS 39567. 1.9.6 Each USCG occupied room shall have at a minimum two (2) double beds for double occupancy and one (1) King or Queen Size Bed for single occupancy. Each bed shall have a clean mattress, two pillows for each bed, clean linens and two blankets. Each room shall include a television with cable, a telephone, functioning heating and air conditioning that can be controlled manually within each room and an attached full bathroom with a sink with faucet-hot and cold running water, shower and tub with hot and cold running water, wardrobe closets (1 for single occupancy/2 for double occupancy), a chair, dressers (1 for single occupancy/2 for double occupancy), a night stand, desktop lamps, alarm clock, refrigerator, microwave, and ironing board with iron. 1.9.7 The facility shall be within one mile distance of at least one commercial dining facility serving three meals a day. 1.9.8 The facility shall have parking available for eight (8) twelve (12) passenger vans, and seventy five (75) individual vehicles on the premises. 1.9.9 The facility shall have, at a minimum, one functioning internet access "line" in each USCG occupied room or free wireless access for the facility. A business center shall be available on site, equipped with a minimum of four functioning internet accessible lines, a fax machine that allows for long distance faxes and a printer. 1.9.10 The facility shall have at a minimum six (6) or more functional self service laundry washers and dryers available for guest's use on the property. In the event the laundry facilities are inoperative during the period of performance, the facility shall provide an alternative at no additional cost. If the facilities' only alternative is an offsite location, then the facility shall provide a shuttle service to and from the facility. 1.9.11 The facility shall provide onsite Gym/Exercise equipment and shall be available at a minimum between the hours of 5:30 AM and 10:00PM weekdays and weekend days. The facility shall be able to support at least 10 guests at one time. 1.9.12 The facility shall provide a private storage room that shall be available for the entire period of performance and will be a minimum floor space of 150 sq ft that is located within the facility. The storage room shall be fully enclosed, protected by the elements and locked. In addition, the storage facility shall be heated and air conditioned at the same temperature as the facility and available for the exclusive use of the USCG. 1.9.13 The facility shall make rooms available for 40 people, arriving 12 January 2015 through 12 June 2015, utilizing 8 single rooms and 16 double rooms; an additional 27 people arriving 12 March 2015 through 12 June 2015, utilizing 3 single rooms and 12 double rooms; and an additional 45 people arriving 09 April 2015 through 12 June 2015, utilizing 19 single rooms and 13 double rooms. 1.9.14 The facility shall also make rooms available for up to 14 additional people, arriving 09 April 2015 through 12 June 2015, utilizing a combination of up to 6 double rooms and 2 single rooms. The Government will notify the Contractor at least 30 days prior to need for these additional rooms. 1.9.15 Below are objective requirements that will be considered during the technical evaluation. Objective requirements are not required; however, the Offerors will receive credit for meeting or exceeding the objective requirements in the evaluation if included in their proposal. 1.9.15.1 The facility may provide catered bulk laundry services for the entire compliment of USCG guests. 1.9.15.2 The facility may provide guest passes to a gym facility within 5 miles of the lodging facility capable to support more than 10 guests at one time, with shuttle service to and from the facility. 1.10 NOTIFICATION REQUIREMENTS For the optional rooms, the Government will provide written notice at least 30 days prior to the need date, should the additional rooms be required. 1.11 INVOICING PROCEDURES The Data Universal Numbering System (DUNS) number is the primary identifier in Central Contractor Registration (CCR). To facilitate payment, ensure that the DUNS number appears on every invoice submitted to the USCG. (a) Contractors may submit monthly invoices. All invoices shall be submitted via email to the USCG Finance Center and copying the following individuals: • CG-9125 Mailbox: HQS-PF-fldr-CG-9125@uscg.mil • Contracting Officer's Representative (COR): CWO4 Jimmy Cruz, Jimmy.G.Cruz@uscg.mil • Contracting Officer (KO): Martha Bello, Martha.A.Bello@uscg.mil The monthly status report shall be included with the invoice. In addition to the requirements specified in FAR Clause 52.232-25, Prompt Payment, the contractor shall include the following data on each invoice: (b) Late Invoices - As a rule, invoices are considered late for payment and accrue interest 30 days after receipt. The Contracting Officer must approve invoices by the 20th day after receipt to avoid interest payments. Contractors have the ability and the responsibility to track payment of their invoices through FINCEN, http://www.fincen.uscg.mil/vendor_info.htm. Contractors can log in and look up their information or contact FINCEN for a status of their payments. If the contractor has done their research through the website, talked to FINCEN, and the invoice is OVER 30 days old, Contract Specialists will assist in resolving invoice issues. Contracting does not have the available personnel to research invoices less than 30 days past COR acceptance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-15-Q-P5L001/listing.html)
- Place of Performance
- Address: Contractor's site in accordance with the requirements of the Statement Of Work., Pascagoula, Mississippi, 39567, United States
- Zip Code: 39567
- Zip Code: 39567
- Record
- SN03581713-W 20141127/141125234434-90e762c68f55e27c23b47020f17c51c1 (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 |