Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 24,1998 PSA#2123

Commander (v), U.S. Coast Guard, Maintenance and Logistics Command Atlantic, 300 E. Main St., Suite 600, Norfolk, VA 23510-9102

99 -- MESSING AND BERTHING FOR CREW OF USCGC OUACHITA SOL DTCG80-98-Q-3FC6H4 DUE 071598 POC SK1 Steven Benjamin, USCG, Purchasing agent (757) 628-4660 This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ) number DTCG80-98-Q-3FC6H4. This solicitation document will incorporate provisions and clauses that are in effect through Federal Acquisition Circular 97-04. The standard industrial classification codes are 7011 and 5812, the size standard is $5.0. The requirement is as follows: 1) Provide temporary messing for 13 crew members for USCGC Ouachita, during her drydock availability in Harvey, LA. Off-ship messing shall be located as close as possible to the vessel dry docking facility, at 1140 Peters Road, Harvey LA, without exceeding a 60 minutes (one way) commute during peak rush hours from the vessel. In addition, if the off-ship messing and off-ship berthing are both provided these facilities must be located within a 60 minutes (one way) commute of each other during peak rush hours. Restaurant facilities, including food preparation, shall consist of breakfast, lunch, and dinner on a seven-day-per-week basis and shall be provided for the entire period the vessel's messing are not usable. Meals for those who cannot leave the vessel: all three meals shall be provided as follows for a maximum of two personnel on watch (Watch Standers) who cannot leave the vessel. Breakfast and Dinner shall be hot, portable meals. Lunch shall be either a hot, portable meal or a "box lunch". "Box lunches" if used, shall vary on a daily basis. Time: The contractor shall provide facilities and food servers adequate to feed the entire crew in 30 minutes or less for breakfast, and 45 minutes or less for lunch and dinner. Performance period: 20 July 1998 thru 04 September 1998. 2) Temporary berthing: provide Temporary berthing for 13 crew members for USCGC Ouachita, during her drydockavailability in Harvey, LA. Off-ship berthing shall be located as close as possible to the vessel, at 1140 Peters Road, Harvey, LA, without exceeding a 60-minutes (one way) commute during peak rush hours from the vessel. In addition if the off-ship berthing and off ship messing are both provided these facilities must be located within a 60 minutes (one way) commute of each other during peak rush hours. Furnishings: Provide furnished and lockable rooms, adequate lighting, hot and cold fresh water, adequate heating and air conditioning and ventilation, carpeted rooms with separated living and sanitary areas. Breakdown of rooms is as follows: 3 (three) Single rooms and 8 (eight) Double rooms. Single rooms shall be a minimum of 200 sq. ft. with a minimum of, 1 full size or larger bed, 1 night stand, 1 table lamp, 1 single dresser, 1 desk, 1 desk lamp, 1 lounge chair, 1 reading table, 1 telephone, 1 wastebasket, 13" or larger color television and a minimum of 48" closet hanger space. Double rooms shall be a minimum of 300 sq. ft. with a minimum of: 2 full size beds, 1 night stand, 1 table lamp, 2 single dressers, 1 desk, 1 desk lamp, 1 lounge chair, 1 reading table, 1 telephone, 1 wastebasket, 19" or larger color television and a minimum 72" closet hanger space. Services: Safety night lighting shall be provided to exit to the hallway which shall be illuminated, as well as for all stairways, to facilitate a safe escape in an emergency. Daily maid services shall be provided to clean the room, freshen the linen, empty waste baskets, and disinfect the sanitary area. Performance period: 20 July 1998 through 04 September 1998. As prescribed in FAR 52.12-2 Evaluation-Commercial Items, the government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offer: Price, Required Delivery Date. The following FAR Clauses will apply to this solicitation: 52.219-6 Notice of Total Small Business Set-Aside. Offers are due on 15 July 1998 1200 to: Commander (VPL-3) MLCLANT, 300 East Main Street, Suite 600, Norfolk, VA 23510-9102 Attn: SK1 Steven Benjamin. For information call (757) 628-4660. The contract performance period is 20 July 1998 through 04 September 1998. "This notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short-Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line or credit is $500,000. Foe further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. For information concerning the acquisition, contact the contracting official listed above." (0173)

Loren Data Corp. http://www.ld.com (SYN# 0321 19980624\99-0004.SOL)


99 - Miscellaneous Index Page