Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2017 FBO #5725
MODIFICATION

V -- Multi-Day Tour Services

Notice Date
7/25/2017
 
Notice Type
Modification/Amendment
 
NAICS
485510 — Charter Bus Industry
 
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
HSCG23-17-Q-MJA007
 
Archive Date
8/12/2017
 
Point of Contact
Marvin F. Williams, Phone: 2024753760, Wendy M Stevenson, Phone: 202-475-3214
 
E-Mail Address
marvin.f.williams@uscg.mil, wendy.stevenson@uscg.mil
(marvin.f.williams@uscg.mil, wendy.stevenson@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
HSCG23-17-Q-MJA007 MLEA Tours This acquisition is being issued in accordance with FAR Subpart 13. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote number is HSCG23-17-Q-MJA007. The NAICS code is 485510 with a small business size standard of $14 Million. This requirement is a Total Small Business Set Aside; submissions that do not meet the small business requirement will not be considered. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-82 (June 8, 2015). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The U.S. Coast Guard intends to establish a firm fixed price Purchase Order for the services detailed in the Statement of Work (SOW). FAR 52.212-1 Instructions to Offerors - Commercial items (October 2015) and is supplemented as follows: Proposal Submission Deadline: 1700 ET July 28, 2017 via the document submission option provided by FedBizOpps. Proposals may also be submitted via email to Marvin F.Williams at marvin.f.williams@uscg.mil. Offerors shall submit quotes demonstrating their capability to provide the services in the SOW, and firm fixed prices IAW the CLIN structure below. Prices shall be all inclusive. CLIN 00001 Description: MULTI-DAY TOUR SRVICES Quantity: 1 Unit: Job Total: ____________ FAR 52.212-2, Evaluation - Commercial Items (October 2014) is applicable to this procurement. This is a lowest price technically acceptable (LPTA) solicitation. The offeror's quote shall contain a narrative of how they intend to fulfill the requirements such as the planned lodgings, the planned tour, and how meal vouchers shall be planned out. The quote shall also contain a firm fixed price. The evaluation factors are: Technical Acceptability: To determine technical acceptability, the Government will evaluate each vendor's narrative regarding the ability to provide the services in accordance with the SOW. The government anticipates travel between Tuesday August 08, 2017 departing Charleston and returning August 12, 2017. Price: The Government will evaluate the total overall price to determine reasonableness. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Mar 2015) is applicable to this acquisition. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2014) is applicable to this acquisition. FAR 52.212-5 Contract Terms and Conditions -Required to Implement Status or Executive Orders- Commercial Items (March 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). _x_ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) [Reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). _x_ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). __ (10) [Reserved]. __ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (ii) Alternate I (Nov 2011) of 52.219-3. __ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (ii) Alternate I (JAN 2011) of 52.219-4. __ (13) [Reserved] _x_ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). __ (17)(i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Oct 2015) of 52.219-9. __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). __ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). __ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). __ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). __ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). _x_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _x_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). _x_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _x_ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). _x_ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). __ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). __ (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). __ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). __ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). __ (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (36)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Oct 2015) of 52.223-13. __ (37)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-14. __ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (39)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-16. _x_ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). __ (41) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). __ (42)(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. __ (ii) Alternate I (May 2014) of 52.225-3. __ (iii) Alternate II (May 2014) of 52.225-3. __ (iv) Alternate III (May 2014) of 52.225-3. __ (43) 52.225-5, Trade Agreements (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). __ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _x_ (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). __ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). __ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). __ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). __ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). __ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). __ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). __ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (xi) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) FAR 52.252-2 - Clauses Incorporated By Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: https//www.acqisition.gov/ 52.203-7 Anti-Kickback Procedures (May 2014); 52.233-2 Service of Protest (Sept 2006) 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004) 52.244-6 Subcontracts for Commercial Items (Feb 2016) (End of Clause) NOTICE FOR FILING AGENCY PROTESTS It is the policy of the United States Coast Guard (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 protester 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 Alternative 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, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester 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 protester 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, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695 Contracting Office Address: USCG Headquarters (CG-9121) 2703 Martin Luther King Jr. Ave SE Washington, DC 20593-7828 Point of Contact: Wendy Stevenson Contracting Officer Wendy.Stevenson@uscg.mil Phone: 202-475-3214 Point of Contact: Marvin F. Williams Purchasing Agent Marvin.F.Williams@uscg.mil Phone: 202-475-3760 STATEMENT OF WORK 1.0. The contractor shall furnish all transportation, lodging, meals, tour guides, supplies, management supervision, and labor to provide a guided tour of Washington D.C. as specified herein. Such services shall be provided in accordance with U. S. practices and laws and in accordance with the conditions set forth in this Statement of Work. 1.1. The contractor shall conduct a multi-day guided tour of monuments, historical sites, government facilities, museums, and other significant cultural sites in Washington D.C. for a diverse group of international military students and U.S escorts from USCG Maritime Law Enforcement Academy Charleston, SC. 1.2. The Contractor shall provide documentation to the students that reflect the historic monuments and museums in the Washington D.C area. The documentation shall include, maps of the DC areas near the hotel, along with brochures of key historical musems and landmarks. 1.3. The contractor shall provide a licensed tour guide familiar with the attractions and history of the Washington D.C area. The tour guide shall be able to verify experience working with international military members and provide tours tailored to the military member's needs. 1.4 The contractor shall provide meal vouchers for international students while in Washington D.C. The voucher shall not exceed the $69.00 per diem rate IAW Federal Travel Regulations (FTR) The voucher shall not exceed the per diem rate on the first and last days of $51.75 for the US escorts. 1.5. Tour group size will consist of a maximum of 13 international military students and a maximum of 2 U.S. escorts. The exact number of military students and U.S. escorts will be provided not less than 3 days prior to execution in order to present the most accurate count possible. 2.0. POINTS OF CONTACT: The contractor shall provide a 24 hour point-of-contact (POC) to interface with the senior member of the Coast Guard escort team on issues concerning rooms, meals, vouchers, schedule, and transportation. The authorized senior member of the Coast Guard escort team will be able to coordinate no-cost changes to the itinerary based on unforeseen circumstances due to weather, traffic, etc. 3.0. PERFORMANCE PERIOD: The tour is scheduled for Tuesday August 08, 2017 departing Charleston and returning August 12, 2017. 4.0. LIABILITY: The Government assumes no liability for damage caused by the occupants. The Contractor shall be responsible for resolving any damage claims caused by an occupant; and, the Contractor shall be responsible for notifying the Contracting Officer and his/her designated representative of any claims against an occupant and the nature of the incident not later than 24 hours prior to the departure day. 5.0. Washington D.C.: The contractor shall furnish a licensed tour guide familiar with the attractions and history of the Washington D.C. area. The tour guide shall be able to verify experience working with international military members and providing tours tailored to those military member's needs. The tour guide shall remain flexible to the group dynamics and provide the group with a brief historical importance of the locations specified on the scheduled itinerary. The role of the tour guide to add value to the tour as it relates to historical places. The tour guide shall research current events and activities within the dates of the schedule event. The tour guide is not to direct the motor coach driver. 6.1. The tour guide shall be responsible for distributing any tourism-related documents, handouts or guides (if any) pertaining to the tour sites being visited. 6.2. The tour guide shall remain with the group throughout the day to the maximum extent practicable, providing information on the monuments, historical sites, government facilities, museums, etc, to be visited by the group. At a minimum, the tour shall include visits to the National Mall attractions, Marine Corps Museum and other attraction within the Washington D.C. area. 7.0. PHOTOGRAPHER: The tour company shall provide a professional photographer to produce a large 24 x 11 photograph of the military members in front of a historical site. This shall be scheduled to take place at 11:00AM on Thursday morning. Prior to the group's departure from Washington D.C on Saturday morning, each member of the tour shall receive a copy of the photograph. 8.0. TRANSPORTATION: The contractor shall provide round-trip transportation between the Maritime Law Enforcement Academy, Charleston SC, to Washington D.C, and return to Charleston, SC., to include all transportation during the tour of Washington D.C, a specified bus itinerary shall be provided to the driver by the escort team based on the scheduled events of the tour and noting drop-off and pick-up times. 8.1. Motor Coach: Transportation shall be in the form of a 20-50 passenger deluxe motor coach. The contractor shall provide a well-maintained motor coach with a current inspection certificate and no violations for vehicle maintenance. The motor coach shall be operated by driver/drivers who possess current commercial driving licenses and who meet the Federal Motor Carrier Safety Administration (FMCSA) interstate qualification standards. Motor coach providers who have an "unsatisfactory" safety rating shall not be used in the performance of this tour. The motor coach provider shall carry a minimum of $5,000,000 insurance coverage. 8.1.1. The motor coach shall be equipped with TV monitors and DVD player, AM/FM stereo, microphone, GPS capability and a clean, working on-board lavatory facility. Both the exterior and the interior condition of the motor coach must be free of excessive soil, rust, and damage. The vehicle shall have an operable heating and air conditioning climate control system to ensure the comfort of passengers. Should the motor coach require any unscheduled maintenance then the contractor shall ensure that a comparable replacement vehicle is provided to continue the tour without disruption to the proposed itinerary. 8.1.2. The motor coach driver(s) shall be experienced and familiar with navigating in and around the Washington D.C area. The motor coach driver shall research all current and potential area activities that may restrict access to various tour routes and attractions for the period of the tour. The contractor shall ensure the motor coach driver(s) is aware of alternate routes to avoid disruption. 9.0. LODGING/MEALS: The contractor shall furnish all facilities, furniture, equipment and supplies, management supervision, and labor to provide lodging accommodations. Such services shall be provided in accordance with US laws and in accordance with the conditions set forth in this Statement of Work. Lodging costs per person shall not exceed the FTR lodging rate of $174.00 for the Washington D.C in accordance with Federal Travel Regulations (FTR) 9.1. The contractor shall furnish lodging accommodations for USCG Maritime Law Enforcement Academy international military members (double occupancy) and their escorts (single occupancy). Lodging shall be IAW Federal Travel Regulations (FTR) compliant accommodations. 9.2 Lodging shall be within walking distance to historical attractions and local tourist attractions including the National Mall. 9.3 Contractor shall furnish meals at per diem rate for the students IAW Federal Travel Regulations (FTR) 10.0. INFORMATION SERVICES. The contractor's designated customer service representatives shall be able to explain to the room occupants any miscellaneous charges not covered by this statement of work, e.g., telephone charges. The contractor shall provide tour participants with information on bus schedules, taxis and other local transportation, dining facilities and locations, and commercial telephone directory service. 11.0. LIABILITY. The Contractor assumes all liability for insurance purposes and is responsible for obtaining all coverages. 12.0. ITINERARY OUTLINE First day (travel), depart SC in the early AM (0700); arrive in DC and check-in to the hotel, then go to dinner. Second - Fourth day (tours & meals): Tours starts on or about 0900 - run through 1700; breakfast and dinner bookend day Fifth Day (travel), depart DC in the early AM (0800) to arrive in SC by 1800. (in time for galley)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-17-Q-MJA007/listing.html)
 
Place of Performance
Address: Washington, Maryland, 20593, United States
Zip Code: 20593
 
Record
SN04597563-W 20170727/170726043404-dadc94dd5cd527208e093dfbbc50055b (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.