Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:70Z084-19-Q-IDTLOD000
The U.S. Coast Guard, Shore Infrastructure Logistics Center (SILC), in Norfolk, VA has a requirement for to secure monthly short term lodging accommodation services for Reservists on Inactive Duty Tra...
The U.S. Coast Guard, Shore Infrastructure Logistics Center (SILC), in Norfolk, VA has a requirement for to secure monthly short term lodging accommodation services for Reservists on Inactive Duty Training (IDT) locations. The solicitation will be issued as a TOTAL SMALL BUSINESS SET ASIDE under Full and Open Competition in accordance with FAR Part 15. The applicable NAICS Code is 721110, Hotels (except Casino Hotels) and Motel and the size standard is $32.5 million. The Vendor must be able to provide lodging in ALL of the following locations: 1. USCG SECTOR DELAWARE BAY -1Washington Avenue, Philadelphia, PA 19147 2. USCG STATION PHILADELPHIA -1Washington Avenue, Philadelphia, PA 19147 3. USCG SECTOR NORTH CAROLINA -721 Medical Center Drive, STE 100, Wilmington, NC 28401 4. USCG SECTOR NORTH CAROLINA(SFO) -2301 East Fort Macon RD, Atlantic Beach, NC 28512 5. USCG Port Security Unit 305 -2747 Taylor Ave, Fort Eustis, VA Lodging needs will be specified in the solicitation and awarded contract. Lodging Facility must be located within 20 miles of each respective location. The lodging facility must meet at a minimum the requirements of rating standards; 3 Diamond rating, as referenced in AAA Travel Guide (or equivalent rating system). The lodging facility shall be in compliance with the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391) and be listed on the U.S. Fire Administration (USFA) Hotel/Motel Fire-Safe List. Information can be obtained at the following website: http://www.usfa.dhs.gov/applications/hotel/Offerors can choose to submit a proposal for one, two, or all three Schedule B chain and bridle sections. To be considered responsive, an offeror must provide a price for all items within the individual sections. Anticipated Contract Vehicle Type: The anticipated contract vehicle will be an Indefinite-Delivery Indefinite Quantity (IDIQ) contract with fixed-price unit prices; individual delivery orders would be issued pursuant to the IDIQ contract if supplies are required. (Subject to change at the discretion of the Government) Please note that in order to be eligible for award your company must be registered in the System for Award Management (SAM) database at the SAM Website at http://www.sam.gov . Interested offerors may obtain information on registration and annual confirmation requirements via the SAM database through https://www.acquisition.gov or by phone on (866) 606-8220, or (334) 206-7828 for international callers. IMPORTANT: The Solicitation will be available on or about March 11, 2019 and will close tentatively scheduled for March 22, 2019. Interested parties are hereby notified that this solicitation will be available exclusively on the FedBizOpps website at: https://www.fbo.gov . The solicitation, all attachments and all amendments will be published for viewing and printing from the FedBizOpps website. Interested parties are responsible for monitoring the FedBizOpps website for the solicitation and any amendments to the solicitation. No paper copies of the solicitation and/or amendments will be distributed.