Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2004 FBO #0943
SOLICITATION NOTICE

W -- Lease of Modular Building

Notice Date
6/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-04-R-0060
 
Response Due
7/13/2004
 
Archive Date
9/11/2004
 
Point of Contact
Denise Sanders, 703-693-2142
 
E-Mail Address
Email your questions to Defense Contracting Command-Washington(DCC-W)
(denise.sanders@hqda.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Subject acquisition is a combined Synopsis/Solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information include in this notice. This announcement constitutes the only Solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number for this acquisition is W74V8H-04-R-0060 and is being issued as a Request for Proposal. This solicitation and incorporated are those in effect through Federal Acquition Circular 97-27. The solicitation Subject acquisition is being issued as a small business set aside. North American Industry Classification System Code (NAICS) is 531120 and the small business s ize standard is $6.0 million. All responsible sources may submit a proposal, which, if timely received, may be considered by the Government. Subject solicitation will close July 13, 2004, 1:00 p.m. EST. All proposals should be completed and submitted on this date. Requirement will be for a base year with four (4) option years. Description of Supplies/Services: Firm Fixed Price lease of modular building to include delivery/ set-up and dismantle. Delivery/Set-Up shall occur in the Base year; dismantli ng shall occur in Option Year 4. The proposal shall include the following information to be considered: Detailed pricing for the base year and all option years for all services described below. Clin 0001: Lease of Modular Building for 12 months; Clin 0 002: Delivery and Set-up of Modular Building; Clin 1001 Lease of Modular Building for 12 months (Option Year 1); Clin 2001 Lease of Modular Building for 12 months (Option Year 2); Clin 3001 Lease of Modular Building for 12months (Option Year 3); Clin 4001 Lease of Modular Building for 12 months (Option Year 4) and Clin 4002 Dismantling Fee (Option Year 4). The Base Year shall begin 1 Oct 2004 through 30 Sep 2005, Option Year 1 shall begin 1 Oct 2005 through 30 Sep 2006, Option Year 2 shall begin 1 Oct 2006 through 30 Sep 2007, Option Year 3 shall begin 1 Oct 2007 through 30 Sep 2008 and Option Year 4 shall begin 1 Oct 2008 through 30 Sep 2009. The performance period for Clin 0002, Delivery and Set-up shall begin immediately after contract award through 30 Sep 2004. The Offeror??????s shall submit a proposal for the total 5 years. Failure to do so may result in rejection of your proposal. The following FAR clauses and provisions apply to this requirement: 52.204-4 Printed or Copied Double-Sided on Recycl ed Paper (Aug 2000); 52.212-1 Instructions to Offerors - Commercial Items (Jun 1999). 52.212-2; Evaluation - Commercial Items (Jan 1999). This will be a best value procurement, price and other factors considered. The Government will award a contract r esulting from this combined synopsis/solicitation to the responsible Offeror whose proposal conforming to this synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to eva luate proposals, technical capability, past performance and price. Technical and past performance, when combined, are more important than price. Vendors are required to submit past performance information, including points of contact, on the last three contracts for similar equipment and service. 52.212-3 Offeror Representations and Certifications - Commercial Items (Jun 1999). Proposals shall be accompanied by a completed representations and certifications. A copy of these representations and cer tifications must be submitted with proposal. 52.212-4 Contract Terms and Conditions ?????? Commercial Items (May 1999). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 1999), with the following checked subparagraphs (b), (1), (5), (14), (15), (16), (25), (30); 52.217-5 Evaluation of Options (Jul 1990); 52.217-9 Option to Extend the Terms of the Contract (Mar 1989); 52.252-2 Clauses Incorporate By Reference (Feb 1998) with the following insert www.farsite.gov and www.arnet.gov/far ; 252.232-7003 Electronic Submission of Pay Request (Jan 2004). All offerors are required to submit one original and one copy of the Technical Proposal and Cost/Price Proposal to Defense Contracting Command ?????? Washington, 5200 Army Pentagon, Room 1C256, Washington, D.C. Attn: Denise Sanders. All offerors are required to submit an email copy of the Technical P roposal and Cost/Price Proposal to denise.sanders@hqda.army.mil. A copy of the building layout drawing can be optained by contacting Mr. Oscar Patton at 703-282-9515. If you require a site visit contact Mr. Oscar Patton at 703-282-9515. See Numbered No te 1.
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) 5200 Army Pentagon, Room 1C256 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00609589-W 20040626/040624212250 (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.