Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2004 FBO #0914
SOURCES SOUGHT

V -- RENTAL OF APARTMENT UNITS FOR THE ASIA-PACIFIC CENTER FOR SECURITY STUDIES, HONOLULU, HAWAII

Notice Date
5/26/2004
 
Notice Type
Sources Sought
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060404APCSS
 
Response Due
6/10/2004
 
Point of Contact
BEVERLY QUEVEDO, (808) 473-7531
 
E-Mail Address
Email your questions to Contract Specialist
(beverly.quevedo@navy.mil)
 
Description
Fleet and Industrial Supply Center, Pearl Harbor, Hawaii is seeking sources with the capabilities to provide housing requirements for the Asia-Pacific Center for Security Studies (APCSS), Honolulu, Hawaii. The APCSS will require condominium-style apartment housing for students (known as "Fellows") of the College of Security Studies beginning 07 January 2005. Contract duration will be a base period of one year with four additional option years. Each class is 12 weeks in duration with 90-100 Fellows per class. Approximate class dates (three class per calendar year) are as follows: 18 January ? 07 April 2005; 16 May ? 04 August 2005; and 19 September ? 08 December 2005. This class pattern will be repeated in the option years. Approximate room reservation count will be given to the provider within seven working days of class start date. APCSS Fellows are either funded by th e U.S. Government (Title 10) or by their host nation (non-Title 10). Provider will be able to make same arrangements available to both types of Fellows. ***Listed below are the minimum requirements for apartments: (a) The APCSS Executive Director, Director of Admissions and Support, Resource Management Division Chief, and/or Facility Manager/Designated Contracting Officer Representative (COR) shall have the right to inspect and first right of refusal for all prospective bids;(b) All apartments shall be located in the same building or in no more than two adjacent buildings, co-located on the same property, and that building or buildings will be located within the Waikiki area defined by the Ala Wai Canal and Kapahulu Avenue; (c) Provider will allow early check-in at 1200 hours each arrival date and late check out before 1600 hours without additional charge; (d) The building and parking garage will either have twenty-four hour on-site security, or in lieu of on-site security, access to the secured building and parking garage will be limited to authorized tenants; (e) Management will have representatives on the premises on a daily basis, minimum hours of operation will be 0700 through 1800; (f) Single room motel/hotel rooms are not considered suitable for long-term living. Living units will consist of a minimum of a bedroom area, living area, kitchen area and bathroom. Room may be either with a separate bedroom or in a studio format. A wall and door shall separate the bathroom from other areas. One Fellow will occupy each unit. Each unit must have a minimum of 500 square feet of total living space; (g) Bathroom will consist of at least a shower over a tub, well-lighted mirror, electrical outlet convenient to sink, continuous hot water, and commode. A wall and door shall separate the bathroom from other areas; (h) The kitchen will have a stove (two burner minimum), gas or electric oven, sink, microwave oven, toaster, coffee pot, housewares for complete apartment living, i.e., bowls, pots, pans, dishes, glasses and silverware. A minimum 15 cubic foot refrigerator/freezer will be provided. A food storage area must be available in enclosed cabinets to hold a minimum of one-week of dry goods; (i) A telephone shall be furnished in each apartment. Local calls shall be allowed without charge. Each apartment shall be furnished with an answering machine and/or voice mail; (j) Bedroom shall contain a minimum of a queen size bed with box springs, mattress, and sheets/blankets/bedspread. Adequate closet space will be provided for storage of hanging clothing for a long-term stay. A dresser or chest of drawers with a mi nimum of four drawers, a mirror, a nightstand with drawer, iron and ironing board, vacuum cleaner, minimum 10,000 BTU air conditioner (or adequate, equivalent central air), and a clock radio will be provided; (k) The living room area shall have as a minimum: a color television (19" minimum with basic cable), VCR, a couch/sofa and occasional chair, coffee table, end table, dining area with a minimum two chairs (examples: dining table, kitchen island, or kitchen bar/counter), minimum two lamps, a study desk and a minimum 10k BTU air conditioner (or adequate, equivalent central air); (l) All rooms shall be free of insect infestation (roaches, ants, spiders, etc.); (m) A minimum six stalls of adequate, safe, lighted parking shall be provided on the premises at no cost for APCSS staff support and on-island fellows. Street parking is not acceptable; (n) Minimum twice a week maid/ housekeeping service (to include but not limited to: dusting, vacuuming, replacing soiled linen, making bed, emptying trash containers, furnishing clean towels, and cleaning bathroom); (o) Each apartment shall have a free washer/dryer located in the unit or offer a free pick-up/delivery laundry service; (p) The building shall have an exercise/recreation area with a weight and exercise room, swimming pool, and men's and women's bathrooms with showers. *** Interested parties shall provide the Government with information as follows: (1) Name of company, include company address, a contact person?s name, telephone number, and email address; (2) Company size (please specify as either large, small business, 8a or Hubzone; (3) Identify if you are a prospective prime or subcontractor; (4) Identify if the above services are of a type offered and sold competitively in the commercial m arketplace based on catalog or market prices, and whether these services are exclusively provided to the Government; (5) Identify standard commercial terms and conditions typically associated with these services; (6) Describe experience and past performance information (contract number, dollar value, point of contact, phone number) for similar scope and magnitude. ***THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND A CONTRACT WILL NOT BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS.*** Firms interested in performing this requirement may reply to this Sources Sought by addressing the elements above and any processes that would be used. Replies shall be provided in duplicate (one original and one copy). Proprietary processes or data must be clearly marked and documented as such. Respondents should include applicable Dun and Bradstreet Number (DUNS), Tax Identification Number (TIN), Cage code, and indicate if actively registered on Central Contractor Register (CCR). The Government will not pay for any materials furnished in response to this synopsis. Submittals furnished will not be returned to sender. Requests for other pertinent information may be addressed to Beverly Quevedo at (808) 473-7531 or beverly.quevedo@navy.mil.
 
Web Link
Federal Business Opportunities
(http://fedbizopps.gov)
 
Record
SN00593154-W 20040528/040526212434 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.