Federal Bid

Last Updated on 18 Aug 2008 at 4 PM
Combined Synopsis/Solicitation
Seward Alaska

99 -- Messing and Berthing for Crew of CGC ALEX HALEY in Seward, AK

Solicitation ID HSCG85-08-R-625615
Posted Date 19 Mar 2008 at 4 AM
Archive Date 18 Aug 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Sflc Procurement Branch 2(00085)
Agency Department Of Homeland Security
Location Seward Alaska United states 99664
This is a combined synopsis/solicitation HSCG85-08-R-625615 for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This Request for Proposal incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-24. This is a total small business set-aside procurement. The NAICS is 721110.It is the policy of the Coast Guard 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 General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard 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 that Coast Guard 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 Coast Guard 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 at FAR 33.103(d)(2). 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 forwarded to the address: Commandant (CG-913), U.S.Coast Guard Headquarters, Acquisition Planning and Performance Measurement, 1900 Half St. SW, Room 11-0402, Washington, DC. 20593, Telephone (202) 372-3692, Fax: (202) 475-3904. TEMPORARY BERTHING AND MESSING FOR CREW OF USCGC ALEX HALEY IN SEWARD, AK 1. SCOPE Contractor shall provide temporary off-ship Berthing and Messing for the crew of the USCGC ALEX HALEY in Seward, AK, during the period of 27 April through 17 May 2008. 2. REQUIREMENT FOR BERTHING Beginning the night of 27 April 2008 through the night of 17 May 2008, the contractor shall provide the following: CLIN 0001 - BERTHING Double Rooms $ price per day X 40 rooms X 21 Days = $ Single Rooms $ price per day X 20 rooms X 21 Days = $ Total Berthing $ 3. REQUIREMENT FOR MESSING The Contractor shall provide meals (served and boxed) for the crew of USCGC ALEX HALEY, starting with dinner on 27 April 2008 through breakfast on the morning of 18 May 2008. Gratuities. The total contract price shall include Gratuities for service supplied to the crew. Location of Dining facility (served meals) must be within 1/4 mile of berthing facility. Boxed meals are to be delivered to the cutter at (delivery schedule follows). CLIN 0002 - MESSING BREAKFAST starts on the morning of 28 April 2008 through morning of 18 May 2008. Served (Mon-Fri)$_ price per meal X 80 Meals X 15 Days = $ Served (Sat,Sun)$_ price per meal X 80 Meals X 6 Days = $ Boxed (Mon-Sun)$_ price per meal X 20 Meals X 21 Days = $ LUNCH starts on 28 April 2008 through lunch on 17 May 2008. Served (Sat)$ price per meal X 60 Meals X 4 Days = $ Boxed (Sat)$ price per meal X 40 Meals X 4 Days = $ Served (Sun)$ price per meal X 80 Meals X 4 Days = $ Boxed (Sun)$ price per meal X 20 Meals X 4 Days = $ Boxed (Mon-Fri)$ price per meal X 100 Meals X 15 Days = $ DINNER starts on the evening of 27 April 2008 through dinner on 17 May 2008. Served (Mon-Fri)$ price per meal X 80 Meals X 15 Days = $ Served (Sat-Sun)$ price per meal X 80 Meals X 6 Days = $ Boxed (Mon-Sun)$ price per meal X 20 Meals X 21 Days = $ Total Messing $ Total Messing and Berthing$ 4. SPECIFICATION - BERTHING Furnishings. For the personnel specified in the work item, provide furnished, lockable, carpeted rooms with separated living and sanitary areas General: The contractor shall provide an off-ship berthing facility for cutter personnel. It is preferred that all cutter personnel be berthed at one facility but, because of the size of the crew contractor may offer more than one facility. Location: Rooms shall be located between the second floor and above, but no higher than the seventh floor. Room entrances shall be accessible by internal hallways. The internal hallways shall have locked exterior doorways, accessible by key holding patrons only. Internal hallways shall be accessible by the facility lobby. Berthing facility must be located within a 30 minute commute to or from the drydock facility. Living Area Furnishings Room, Occupancy Single Double Minimum Sq Ft 200 300 Full Size Bed 1 2 Night Stand 1 2 Table Lamp 1 1 Dresser, Single 1 2 or one double dresser Desk 1 1 Desk Lamp 1 1 Chair 1 1 Reading Table 1 1 Telephone 1 1 Waste Basket 1 1 Color Television (1) Min 19" (1) Min 19" Closet: Minimum 48? 72? hanging space Bathroom 1 1 Environment. The Contractor shall ensure the environment is as follows: Rooms. Rooms shall be equipped with the following: Adequate lighting. Hot and cold fresh water. Adequate heating, air conditioning and ventilation (minimum 68 deg F in winter and maximum 77 deg F in summer). Facilities. Regulations. Facilities shall be in compliance with the local building codes, sanitary, fire and life safety codes, and all other applicable federal, state, and local laws and regulations. Fire Protection. Fire protection apparatus inside the facilities shall include smoke alarms, fire extinguishers and installed sprinkler systems. Noise Level. The noise level shall not exceed 60 dB(A) within the off-ship berthing facility from 10 PM to 5 AM. Commercial. Hotels and Motels shall be approved by the American Automobile Association (AAA) or by a Pre-Award Survey conducted by a Government Representative. Services. The Contractor shall ensure that the following services are provided as follows: Safety Night Lighting. Safety night lighting shall be provided to exit to the hallway and stairways , both of which shall be illuminated to facilitate a safe escape in an emergency. Daily maid services shall be provided to clean the room, freshen the linen and disinfect the sanitary area. Clean wash cloths and towels shall be provided daily and bed sheets shall be changed not less than every seventh day. Services shall include vacuuming and dusting. Telephone. Telephones shall be provided for each room.* * All Long Distance/Toll charges and other personal charges will be billed to and paid for by the room occupant(s). The Coast Guard assumes no responsibility for payment of any such charges. Trash. Remove trash daily from each room. Parking Spaces. Lighted parking spaces shall be available for the berthing facility occupants immediately adjacent to the berthing facility. Joint Inspection. In the presence of the COR, the Contractor shall conduct an inspection of the temporary berthing facilities to determine acceptability before and after being occupied by cutter personnel. The initial inspection shall be conducted during normal working hours, from 7:30 AM to 4 PM, and once again at night, from 8 PM to 10 PM, to identify any conditions that adversely impact habitability. 5. SCHEDULE FOR MEALS The service facility shall remain open at least one-half hour beyond the service period. MEAL PERIOD OF SERVICE Breakfast served 6:00 AM through 7:00 AM and 10:00 AM on weekends. Boxed Deliver to cutter by 6:45 AM Lunch served 11:30 AM through 1:00 PM Boxed Deliver to cutter by 11:15 AM Dinner served 4:30 PM through 6:30 PM Boxed Deliver to cutter by 4:45 PM 6 ? SPECIFICATION - MESSING Miscellaneous - All menus represent an estimated dietary requirement for one person per day. Meals shall not be repeated within any consecutive seven (7) day period. Types of salad dressings, cold drinks, and bread shall vary daily. Weekly menus shall be submitted to the cutter, for review and approval, at least three working days prior to the start of each weekly menu cycle. LOCATION - The off-ship messing facility shall be located as close as possible to the cutter without exceeding a 30-minute, one-way commute. In addition, the messing facility shall be located within a 1/2-mile radius of the off-ship berthing facility. Restaurant Facility - The restaurant facility shall provide breakfast, lunch, and dinner on a seven-day per week basis. SANITATION - The restaurant facilities shall meet the sanitation standards specified in DHEW Pub (FDA) 78-021, as well as local and state Board of Health requirements. Sanitary Facilities. Sanitary facilities shall be provided and maintained within the messing facility. Breakfast (Boxed and served) - All items of the following breakfast menu shall be provided daily per person. Minimum portion sizes shall be provided as indicated for each item: ITEM MINIMUM PORTION Choice of two fruit juices (Fruitades or fruit drinks shall not be substituted for juice) 6 oz Choice of two fresh fruits(i.e. apples, oranges, bananas, or pears) 4 oz Fresh milk (whole and lowfat) 8 oz Cereals (hot or cold, ready to eat) 2 oz Fresh eggs (cooked any style) 2 med. or lrg. Breakfast meats (bacon and one other) 2 oz French toast, waffles, or pancakes, and syrup 3 full pieces Potatoes or potato substitute 4 oz Toast and one other breakfast pastry 2 slices Butter or margarine 2 patties Choice of jellies or jams 1 oz Coffee or tea, with cream and sugar 8 oz Fork, knife, spoon, and napkin 1 ea Weekday Lunch (Boxed) - All items in the following lunch menu shall be provided daily per person. Minimum portion sizes shall be provided as indicated for each item: ITEM MINIMUM PORTION Soup, stew, or chili with crackers 6 oz 1 sandwich with meat fillings (i.e., ham, chicken, roast beef, turkey, corned beef) 4 oz (for meat) Fresh milk (whole or lowfat) 8 oz Fresh fruit (i.e. apples, oranges, bananas, or pears) 4 oz Juice (i.e. apple, orange, grapefruit) 6 oz Hard-boiled egg or 2 oz cheese 1 ea Dessert 2 oz Fork, knife, spoon, and napkin 1 ea Dinner and Weekend Lunch (Boxed and served) - All items in the following dinner menu shall be provided daily per person. Minimum portion sizes shall be provided as indicated for each item: ITEM MINIMUM PORTION Soup, stew, or chili with crackers 6 oz Fresh salad or salad bar 4 oz Salad dressing (at least three choices) 2 oz Main course or entree (at least two choices) 8 oz Gravy or sauce 2 oz Potato, rice, or other starch 4 oz Vegetables (at least two choices) 4 oz Dessert (at least one fruit dessert and one cake, pie, pudding, or ice cream dessert) 2 oz Cold drinks (at least two choices) 8 oz Coffee or tea, with cream and sugar 8 oz Fresh milk (whole or lowfat) 8 oz Fresh bread/rolls 2 slices/1 ea Fork, knife, spoon, and napkin 1 ea As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items, applies with the following addenda: Award of a contract will be based on the following criteria: Past Performance and price. Offerors are cautioned that the government intends to evaluate offers and award a contract without discussions. Therefore, offeror?s initial offer should contain its best terms. The contract will be awarded as a firm fixed price contract using simplified acquisition procedures. The following factors shall be used to evaluate offers: Past Performance and Price. 1) Price: The total price will be the evaluated price. 2) Past Performance: In accordance with FAR 52.212-1(b)(1) and the following the offeror is required to identify past or current contracts for efforts similar to this requirement. Offerors are to submit three (3) references. Provide as a minimum the following applicable information: contract number, type of service involved, total dollar amount, procuring activity or firm?s complete name, include addresses, telephone numbers and the point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. For the purpose of this solicitation past performance is approximately equal to price. Potential sources having the expertise and required capabilities are invited to submit proposals that will be considered by the agency. Proposals should be written and submitted in a legible format. Award will be made to the responsible offeror whose offer conforms to the solicitation. Proposals must contain the contractor?s Tax Information Number, and DUNS Number. Proposals must be received not later than 27 March 2008, 11:00 A.M. Local Alaska time. Proposals received after the date and time specified will not be considered. Offerors may fax their proposals to: (907) 228-0200 Attn: Rebecca Budde or e-mail [email protected]. The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offeror-Commercial Items (Nov 2007), FAR 52.212.2, Evaluation Commercial Items (JAN 1999), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2007) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (DEC 2007). The following clauses listed in 52.212-5 are incorporated: FAR 52.203-6, 52.215-1,52.219-6, 52.219-1, 52-219-8, 52-219-14, 52.219-28, 52-222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35-36-37, 52.222-41, 52.222-42, 52.225-13, 52.232-1, 52.232-8, 52.232-23, 52.232-25, 52.232.33, 52.233-1, 52.233-3, 52.244-6, 52.249-2, 52.253-1 and HSAR 3052.209.70. Offerors are advised of the requirement to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Offerors may contact Rebecca Budde at (907) 228-0326 for information regarding the solicitation.
Bid Protests Not Available

Similar Past Bids

Seward Alaska 03 Apr 2008 at 5 PM
Kodiak Alaska 25 Apr 2025 at 8 PM
Alex Oklahoma 27 Feb 2017 at 2 PM
Baltimore Maryland 05 Nov 2018 at 6 PM
Curtis bay Maryland 16 Feb 2021 at 9 PM

Similar Opportunities