Search Contract Opportunities

CGC Wedge Lodging and Dining   2

ID: 70Z08525QDL0001047 • Type: Synopsis Solicitation

Description

Posted: Nov. 21, 2024, 12:57 p.m. EST

Modification 1 Added 11/21/2024

SPECIFICATION FOR DINING AND LODGING DURING DOCKSIDE REPAIRS

1. SCOPE

1.1 Intent. This work item describes the requirements for the Contractor to provide temporary dining and lodging for Coast Guard personnel.

1.2 Government-furnished property.

None.

2. REFERENCES

Coast Guard Drawings

None

Coast Guard Publications

None

Other References

Public Law 101-391, 1990, Hotel and Motel Fire Safety Act

Hotel-Motel National Master List, http://www.usfa.fema.gov/applications/hotel/

AAA/CAA - http://newsroom.aaa.com/diamond-ratings/diamond-rating-definitions/

FORBES (formerly MOBIL) Travel Guide - http://www.forbestravelguide.com/

3. REQUIREMENTS

3.1 Lodging requirements. The Contractor must provide quality temporary lodging, for 15 Coast Guard personnel within a 30-mile radius of Coast Guard Base New Orleans, 1790 Saturn Blvd, New Orleans LA 70129.

3.1.1 Occupancy particulars. Provide 06 double occupancy and 03 single occupancy rooms for Coast Guard personnel.

3.1.2 Commencement and completion. Ensure that lodging must commence 07 January 2025 and terminate 01 March 2025.

3.2 Regulations and standards. The Contractor must ensure that all lodging facilities provided must meet the following minimum standards:

  • Meet the Hotel and Motel Fire Safety Act of 1990 (PL101-391) and be listed on the Hotel-Motel Master List (see 4.1 (Hotel and Motel Fire Safety Act of 1990 (PL101-391))).
  • Lodging Facility must be within 25 miles of Coast Guard Base New Orleans, 1790 Saturn Blvd, New Orleans LA 70129.
  • Facility must meet at a minimum the requirements of either three stars for a Forbes (formerly Mobil) Travel Guide rating or three diamonds for an American Automobile Association (AAA) rating.
  • Full indoor laundry facility on premises with 24/7 guest access.
  • Full access and use of a workout facility or fitness center in designated exercise room w/ dedicated equipment specialized for the use of working out (e.g. treadmill, rowing machine, elliptical machine, weight machine, free weights etc.). Facility must be either on the lodging facility premises or within walking distance (not to normally exceed 1 2 mile or 5 minute commute via vehicle).
  • Access to internet in all rooms.
  • Full daily maid service and cleaning.
  • Iron and Ironing Board in every room.
  • Full Bath in every room.
  • Microwave, coffeemaker and refrigerator in every room.
  • Lodging facility room entrances must be accessible only by internal hallway(s). The internal hallway(s) must have locked exterior doors, accessible by key-holding facility guests only. Internal hallway(s) must be accessible by the berthing facility's lobby. The lobby must be manned by a front desk attendant 24 hours a day and 7 days a week.

3.3 Parking. The Contractor must ensure that the lodging facility have parking available for a minimum of 3 vehicles during the entire duration of the stay.

3.4 Dining requirements. The Contractor must provide healthy, appetizing, and nutritious dining, including 3 meals a day (breakfast, lunch and dinner) and wait staff gratuities, for up to 15 Coast Guard personnel within a 5 mile radius of the crew's primary lodging location and within a reasonable distance (not more than 5 miles) of the shipyard location for lunch.

3.4.1 Commencement and completion. Dining must commence 07 January 2025, and end 01 March 2025.

3.4.2 Breakfast. Each breakfast must include:

  • A choice of two whole fresh fruits.
  • A choice of three fruit juices.
  • A choice of whole or low fat milk.
  • A choice of two cereals.
  • Eggs cooked to order.
  • Pancakes, French toast or waffles.
  • Bacon or another breakfast meat.
  • A choice of potatoes or grits.
  • A choice of toast or pastry.
  • A choice of coffee or tea.
  • Butter, margarine, syrup and jelly or jam.

3.4.3 Lunch and dinner. Each lunch and dinner must include a choice of three different hot entr es. Entr e choices must vary in a manner not to repeat within a 3-day period. Daily entr e choices must include the following:

  • Poultry (baked and grilled options must be available upon request, in lieu of battered and/or fried).
  • Beef or pork
  • Fish or shellfish (baked and grilled options must be available upon request, in lieu of battered and/or fried).
  • A choice of soup or salad, with crackers & regular &/or low fat dressing. Soup choices must not repeat within a 3-day period.
  • A choice of potatoes or pasta with accompanying sauces.
  • A choice of two vegetables.
  • Water and a choice of beverages.
  • A choice of breads; and a choice of butter or margarine.
  • A choice of three different desserts or whole fresh fruit.

3.4.4 Take-out meals. The Contractor must substitute carry-out meals for up to 15 Coast Guard personnel for breakfast, lunch and/or dinner, when designated by the COR. The Contractor must coordinate pick up times and location with the COR. Lunch carry-out meals must include either hot meals as detailed in paragraph 3.4.3 or a box lunch which must include:

  • A sandwich with a choice of three different options of deli meat on a choice of breads or wraps (including choice of condiments).
  • A bag of chips.
  • Potato, pasta or garden salad with dressing.
  • A dessert with a choice of two options, including fresh whole fruit as one option.
  • A beverage from a choice of soda, diet soda, bottled water and juices.

3.5 Dining Facility. The Contractor must provide a dining area that is used solely for the purpose of dining, and must be available to the crew for no less than 3 hours per meal.

3.6 Commercial Standards. The Contractor must meet, at a minimum, the requirements of three stars ( ) for a Forbes (formerly Mobil) Travel Guide rating or three diamonds (ttt) for an American Automobile Association (AAA) rating for dining and lodging.

4. NOTES

4.1 Hotel and Motel Fire Safety Act of 1990 (PL101-391). Information on the Safety Act and the Master Hotel list can be found at http://www.usfa.fema.gov/applications/hotel/.

4.2 Rating criteria. Rating criteria can be found at the following websites:

  • AAA/CAA - http://newsroom.aaa.com/diamond-ratings/diamond-rating-definitions/
  • AAA Hotel Ratings - http://ww1.aaa.com/scripts/WebObjects.dll/AAAOnline.woa/5011/wo/8GhGQMSmbPFNnWbI3C2cuw/0.11.13.8.3.0.1.2.2.5.1.0.1.1.0.0
  • AAA Restaurant Ratings - http://ww1.aaa.com/scripts/WebObjects.dll/AAAOnline.woa/5011/wo/8GhGQMSmbPFNnWbI3C2cuw/1.11.13.8.3.0.1.2.2.7.1.0.1.1.0.0
  • FORBES (formerly MOBIL) Travel Guide ratings - http://www.forbestravelguide.com/about/ratings

4.3 Hotel ratings. Specific hotel ratings can be found at the following websites:

  • http://ww2.aaa.com/services/tourbook/ccd/ccdSearch.xhtml?zip=10025&devicecd=PC&association=AAA&club=97&type=DESTINATION&dt=1421091284441
  • http://www.forbestravelguide.com/hotel

Unless authorized by amendment to this solicitation, all offers shall be submitted electronically to jason.a.garris@uscg.mil on or before 5:00PM Eastern on 02 December 2024. Include the subject line "70Z08525QDL0001047 CGC Wedge" in all email correspondence.

Posted: Nov. 19, 2024, 5:27 p.m. EST
Background
The United States Coast Guard (USCG) is seeking a contractor to provide temporary dining and lodging services for Coast Guard personnel during dockside repairs of the USCGC Wedge, a 75-foot 'D Class' river buoy tender.
The goal of this contract is to ensure that personnel have access to quality accommodations and meals while stationed at the Coast Guard Base in New Orleans, Louisiana.

Work Details
The contractor is required to provide the following services:
1. Lodging Requirements:
- Quality temporary lodging for 15 Coast Guard personnel within a 30-mile radius of Coast Guard Base New Orleans.
- Provide 6 double occupancy and 3 single occupancy rooms.
- Ensure all lodging facilities meet the Hotel and Motel Fire Safety Act of 1990 and are listed on the Hotel-Motel Master List.
- Facilities must be rated at least three stars by Forbes or three diamonds by AAA.
- Must include amenities such as full indoor laundry, access to a fitness center, internet in all rooms, daily maid service, and secure access through internal hallways with 24/7 front desk service.
- Parking for a minimum of 3 vehicles must be available.
2. Dining Requirements:
- Provide healthy dining services including three meals per day for up to 15 personnel within a 5-mile radius of the lodging location.
- Meals must include specific items for breakfast, lunch, and dinner with varied options over a three-day period.
- Take-out meals must be available when designated by the Contracting Officer Representative (COR).
- A dedicated dining area must be provided for at least three hours per meal.

Period of Performance
The period of performance for lodging and dining services will commence on January 7, 2025, and terminate on March 1, 2025.

Place of Performance
The contract will be performed within a 30-mile radius of Coast Guard Base New Orleans located at 1790 Saturn Blvd, New Orleans LA 70129.

Overview

Response Deadline
Dec. 2, 2024, 5:00 p.m. EST Past Due
Posted
Nov. 19, 2024, 5:27 p.m. EST (updated: Nov. 21, 2024, 12:57 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
New Orleans, LA United States
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000 - $150,000 (AI estimate)
On 11/19/24 Surface Forces Logistics Center issued Synopsis Solicitation 70Z08525QDL0001047 for CGC Wedge Lodging and Dining due 12/2/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 721110 (SBA Size Standard $40 Million) and PSC V231.
Primary Contact
Name
JASON GARRIS   Profile
Phone
(571) 608-1592

Documents

Posted documents for Synopsis Solicitation 70Z08525QDL0001047

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 70Z08525QDL0001047

Award Notifications

Agency published notification of awards for Synopsis Solicitation 70Z08525QDL0001047

Contract Awards

Prime contracts awarded through Synopsis Solicitation 70Z08525QDL0001047

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 70Z08525QDL0001047

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 70Z08525QDL0001047

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 70Z08525QDL0001047

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > SFLC PROCUREMENT BRANCH 2(00085)
FPDS Organization Code
7008-70Z085
Source Organization Code
100187922
Last Updated
Dec. 18, 2024
Last Updated By
jason.a.garris@uscg.mil
Archive Date
Dec. 17, 2024