Temporary Lodging Services (№14397804)

23 apr

Number: 14397804

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


23-04-2019

Description


Temporary Lodging ServicesSolicitation Number: 70Z08519RP45B12
Agency: Department of Homeland Security
Office: United States Coast Guard (USCG)
Location: USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2

Solicitation Number: 70Z08519RP45B12

Notice Type: Award

Contract Award Date: April 22, 2019

Contract Award Number: 70Z08519CP45B1200

Contract Award Dollar Amount: 343470.00

Contractor Awarded Name: GOVERNMENT LODGING SPECIALISTS, LLC

Contractor Awarded DUNS: 080010050

Contractor Awarded Address: 18 ROOKERY ROAD

SAVANNAH, Georgia 31411
United States

Synopsis: Added: Apr 05, 2019 6:36 pm

This is a combined synopsis/solicitation for commercial items prepared using procedures set forth in FAR Part 12.6 and Part 13.5 (Simplified Procedures for Certain Commercial Items), as supplemented with additional information included in the notice. Solicitation number is 70Z08519RP45B12 is issued as a Request for Proposals (RFP).

This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This RFP incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-01. This is a 100% Small Business set aside. The NAICS Code is 721110 with a size standard of $32.5M for the requirement. The contract will be awarded on a firm, fixed-price basis, on an SF-1449. Only one award will be made to the responsive, responsible offeror under this solicitation. To receive an award, the Contractor must be registered in the System for Award Management (SAM)

www.sam.gov.



This requirement is for Temporary Lodging for USCGC POLAR STAR (WAGB 10) consisting of items in accordance with the attached specification (ATTACHMENT 1). Scope of work shall include providing temporary lodging for 50 crewmembers of USCCGC POLAR STAR during their scheduled dry-dock and repairs. USCGC POLAR STAR will be in a dry-dock facility, Mare Island Dry Dock LLC, 1180 Nimitz Avenue, Vallejo, CA. A complete list of contract line item numbers and items, quantities and units of measure is included as ATTACHMENT 2. The Contractor shall furnish all the necessary labor, material, facilities and such other things as are necessary, except as otherwise specified, to provide temporary lodging services in accordance with the solicitation, and attached specifications. Failure to read the specifications in their entirety will not relieve the offeror from the responsibility for properly estimating the difficulty or price of successfully performing the work. Failure to do so will be at the offeror"s risk. All proposals submitted in response to this solicitation shall stand firm for 90 calendar days from the close date of this solicitation.


NOTE: The Government will not pay for costs incurred in the preparation and submission of proposals or other costs incurred in response to this announcement.


The anticipated period of performance will be from 01 May 2019 through 09 August 2019. The period of performance may change upon award of the contract. Funds are currently available.


The provision at

52.212-1, Instructions to Offerors – Commercial (October 2018), applies to this acquisition. Also, an addendum to that provision also applies and can be found in Attachment 3.


The provision at

52.212-2, Evaluation -- Commercial Items (October 2014) applies to this acquisition. The specific evaluation criteria can be found in Attachment 3.


The clause at

52.212-4, Contract Terms and Conditions -- Commercial Items (October 2018), applies to this acquisition. Additionally, an addendum to this clause also applies and can be found in Attachment 3.


The clause at

52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (January 2019), applies to this acquisition. Additionally, an addendum to this clause also applies and can be found in Attachment 3.


QUESTIONS: Questions shall be directed by email to the Contract Specialist, Lee Thomas, at

[email protected] and the Contracting Officer, Wilma Estrada, at

[email protected]. It shall be the obligation of the Offeror to exercise due diligence to discover and to bring to the attention of the Government any ambiguities, inconsistencies, or concerns regarding the information in this solicitation. Requests for clarifications are due no later than 10 April 2019 at 10:00 a.m. Pacific Standard time. See ATTACHMENT 4, Request for Clarification. After this date and time, further requests may not be accepted or answered due to time constraints. Submission of questions and any resulting answers from the Government will not require the Contracting Officer to extend the solicitation closing date. Questions/concerns will be compiled and addressed on a Standard Form 30, Amendment of Solicitation, and will be posted via http://www.fbo.gov for viewing by all potential Offerors.


INFORMATION REQUIRED WITH PROPOSAL SUBMISSION:


1. Offeror"s address, DUNS number
2. ATTACHMENT 2, Schedule of Supplies/Services. Please complete Items CLIN 0001A and CLIN 0001B of this attachment. Insert unit prices in all CLINS listed in the schedule.
3. Small Business Self Certification for applicable set-asides.


4. Proof of Insurance (statement of coverage from current insurance carrier)
5. Any issued amendments to the solicitation.
6. A completed copy of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items.
7. The provision 52.212-1, Instructions to Offerors-Commercial also includes additional information that must be submitted with your proposal. Please review each page of this provison thoroughly as it contains more proposal instructions and provisions which may contain blocks that must be completed.

PROPOSAL DUE DATE:


Proposals must arrive no later than 10:00 a.m., Pacific Standard Time, on 12 April 2019. Proposals received after this date and time, will not be considered. Only emailed proposals will be accepted. Faxed and mailed proposals will not be accepted. Proposals submitted via e-mail must be sent to

[email protected] and the Contracting Officer, Wilma Estrada, at

[email protected]. All submissions shall include the solicitation number in the subject line of the email. Emailed proposals must not be greater than 10MB per email.



PLEASE NOTE: PROPOSALS THAT DO NOT INCLUDE ALL REQUIRED DOCUMENTS MAY BE CONSIDERED NON-RESPONSIVE AND MAY NOT BE CONSIDERED DURING THE EVALUATION PROCESS. ALL CONTRACTORS ARE RESPONSIBLE FOR VERIFYING THE RECEIPT OF THEIR PROPOSALS.


ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about 17 April 2019. An arrival conference will normally be held on the scheduled commencement date.



ATTACHMENTS TO THIS NOTICE:


ATTACHMENT 1 - Specification – Rev. 0


ATTACHMENT 2 - Schedule of Services
ATTACHMENT 3 - Continuation of Combined Synopsis/Solicitation Clauses & Provisions


ATTACHMENT 4 – Request for Clarification Form
ATTACHMENT 5 – Wage Determination


ATTACHMENT 6 - Notice for Filing Agency Protests



Please consult the list of

document viewers if you cannot open a file. Package #1 Posted Date: April 5, 2019



ATTACHMENT_1_-_Specification.pdf (284.89 Kb) Description: ATTACHMENT 1 - Specification

ATTACHMENT_2_-_Schedule_of_Services.pdf (325.55 Kb) Description: ATTACHMENT 2 - Schedule of Services

ATTACHMENT_3_-_Continuation_of_Combined_Synopsis_Solicitation.pdf (1097.52 Kb) Description: ATTACHMENT 3 - Continuation of Combined Synopsis Solicitation

ATTACHMENT_4_-_Request_for_Clarification_Form.pdf (376.59 Kb) Description: ATTACHMENT 4 - Request for Clarification Form

ATTACHMENT_5_-_Wage_Determination_15-5655.pdf (90.49 Kb) Description: ATTACHMENT 5 - Wage Determination 15-5655

ATTACHMENT_6_-_Notice_of_Filing_Protests.pdf (65.63 Kb) Description: ATTACHMENT 6 - Notice of Filing Protests

Package #2 Posted Date: April 10, 2019



ATTACHMENT_1_-_Specification_(Rev_1).pdf (285.59 Kb) Description: ATTACHMENT 1 - Specification (Rev 1)

ATTACHMENT_7_-_Question_and_Answer.pdf (335.98 Kb) Description: ATTACHMENT 7 - Question and Answer



Contracting Office Address: 1301 Clay St.,
Suite 807N
Oakland, California 94612-5249
United States


Place of Performance: TO BE DETERMINED

United States


Primary Point of Contact.: Lee Thomas, Contract Specialist

[email protected]

Secondary Point of Contact: Wilma L. Estrada, Contracting Officer

[email protected]