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, 2017 FBO #5796
SOLICITATION NOTICE

X -- Lodging Accommodation Services - Scope of Work (SOW)

Notice Date
10/4/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
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
18Q-XRB001
 
Point of Contact
Robin S. Smalley, Phone: 757-628-4142
 
E-Mail Address
Robin.Smalley@uscg.mil
(Robin.Smalley@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Lodging Accommodation Services This is a combined synopsis/solicitation for Commercial Items prepared in accordance with provisions of FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation. Proposals/Quotes are being requested and written solicitation will NOT be issued. This solicitation #18-Q-XRB001 is issued as a Request for Quotation (RFQ). The incorporated Clauses and Provisions are those in effect through Federal Acquisition Circular 2005-95 and may be obtained electronically at http://www.acquisition.gov/far. This RFQ is being solicited as SET-ASIDE SMALL, WOMAN-OWNED, SERVICE-DISABLED VETERAN-OWNED, HUBZONE, SMALL DISADVANTAGED VETERAN-OWNED, etc. The applicable North American Industry Classification System Code (NAICS) is 721110, Hotels, (except Casino Hotels) and Motels and the Small Business Size Standard is $32.5. The USCG Shore Infrastructure Logistics Center (SILC) intends to award a Firm-Fixed Price Purchase Order utilizing Simplified Acquisition Procedures in accordance with FAR Part 13 and Policies in accordance with FAR Part 12, Acquisitions of Commercial Items. The intended purchase, in accordance with attached Scope of Work (SOW) is for MONTHLY Short-Term Lodging accommodations for Reservist on Inactive Duty Training (IDT). The offeror SHALL provide lodging within an eighteen (18) mile drive of the mentioned Coast Guard Units located at 2401 HAWKINS POINT RD., BALTIMORE, MD 21226. NOTE: For Operational and Logistical reasons, ALL Government Personnel will need to be housed in one location. Period of Performance: 11/10/17 - 9/28/18 The Lodging facility SHALL meet, at a minimum the requirements of Three (3) Diamonds for an American Automobile Association (AAA) or Cranley Rating Level six (6) and/or an equivalent rating. The facility must meet the requirements at a minimum, but DOES NOT actually have to be formally rated by any organization. The following Federal Acquisition Regulations (FAR) Provisions apply to this RFQ: 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), 52.212-2, Evaluation - Commercial Items (Dec 2016). The following factors shall be used to evaluate offers: Price and Availability. 52.212-3, Offeror Representations and Certifications - Commercial Items (Dec 2016) (Note: The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual Representations and Certification (Reps & Certs) electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov/portal. If the Offeror has NOT completed the annual Representations and Certifications electronically, the Offeror/Contractor shall complete only paragraphs (c) through (t) of this provision. A hard copy is no longer required if Offeror/Contractor is SAM Registered. 52.214-31, Facsimile Bids (Dec 1989). The Government will award a contract resulting from this solicitation that will be the most advantageous to the Government, with price and other factors considered. NO CONSIDERATION WILL BE GIVEN TO QUOTES LACKING THIS, AND ANY OTHER INFORMATION SET FORTH IN THIS SOLICITATION. Federal Acquisition Regulation (FAR) Clauses that applies to this RFQ: 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017) applies as follows: (b)(4), (8), (19), (25), (26), (27), (28), (29), (30), (31), (32), (33), (44), (47) and (56) End of Clause. PLEASE READ, COMPLETE, AND PROVIDE ALL INFORMATION REQUESTED IN THIS SOLICITATION PARTICULARLY FAR PROVISION(S) 52.212-1 and 52.212-3. Offerors have up to 10 days after publication of this notice to express their interest. The closing date and time for receipt of offers is 10/19/17 @ 11:00 AM Eastern Standard Time (EST). Facsimile or Email quotes are acceptable and may be emailed to: Robin.Smalley@uscg.mil or Faxed to (757) 628-4231.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/18Q-XRB001/listing.html)
 
Place of Performance
Address: Various USCG Units, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN04706714-W 20171006/171004231632-3fae0e33f83a18b0121ced68c09bec21 (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.