Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2016 FBO #5431
SOLICITATION NOTICE

X -- National Capital Region Air Defense Facility (NCRADF) Lodging//Berthing for Air Crew Members

Notice Date
10/4/2016
 
Notice Type
Presolicitation
 
NAICS
531110 — Lessors of Residential Buildings and Dwellings
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG SILC BSS (Shore Infrastructure Logistics Center Base Support and Services), 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-17-Q-BB5114
 
Archive Date
11/18/2016
 
Point of Contact
Pamela R. Barker, Phone: 7576284123, Jerry Hendricks, Phone: 757-628-4118
 
E-Mail Address
pamela.barker@uscg.mil, gerard.e.hendricks@uscg.mil
(pamela.barker@uscg.mil, gerard.e.hendricks@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Coast Guard, Shore Infrastructure Logistics Center (SILC) will acquire the services outlined in the solicitation utilizing procedures in FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, and FAR Part 13.5, Simplified Procedures for Certain Commercial Items. The U.S. Coast Guard requires long term lodging capable of housing up to 34 individuals each day. Conditions warrant one separate bedroom per member. Berthing can be a single bedroom unit or two separate bedrooms within one apartment-style unit with individual bathrooms per bedroom. No more than two bedrooms maximum per berthing unit. The services will be needed on a year-long basis. The occupancy of the lodging units will change approximately every two weeks; the out-going USCG occupant will provide a 24-hour notice to the lodging facility to provide adequate time for housekeeping services to be performed in preparation of the USCG in-coming occupant. Housekeeping services will be required on an as-needed basis depending on the current needs of the U.S. Coast Guard. The desired start date for the performance of this solicitation is on Feburary 20, 2017. Quotes shall be valid for a period of 90 days. Quotes shall be evaluated based on a "Lowest Price Technically Acceptable" basis. The following FAR clauses applies: FAR 52.212-1, Offeror Representations and Certifications-Commercial items: FAR 52.212-4, Contract Terms and Conditions-Commerical Items and FAR 52.212-5, Contract Terms and Conditions required to implement Statutes or Executive Orders.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-17-Q-BB5114/listing.html)
 
Place of Performance
Address: Within a one (1) mile drive to Hangar 5 at Ronald Reagan Washington National Airport and within a ten (10) minute walk to a Metro station. No cross-town or bridge crossings shall be included in the route from the lodging facility to the airport., Washington, District of Columbia, 20001, United States
Zip Code: 20001
 
Record
SN04297007-W 20161006/161004234048-d7d307e124471beb4f8a102da2eb3aa3 (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.