Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2004 FBO #1026
SOLICITATION NOTICE

X -- Off Post Housing

Notice Date
9/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
531110 — Lessors of Residential Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Air Mobility Command, 43rd CONS, 1443 Reilly Rd Suite C, Pope AFB, NC, 28308-2896
 
ZIP Code
28308-2896
 
Solicitation Number
REF091504
 
Response Due
9/20/2004
 
Archive Date
10/5/2004
 
Description
Description This is a combined synopsis/solicitation for commercial services in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only notice of this Request for Quotation (RFQ) and a written solicitation will not be issued. The associated NAICS code is 531110 with a standard size of $6M. Offerors must propose a fixed rate for single and double occupancy lodging for approximately 60 personnel for the period of 1 October 2004 to 31 December 2004. The facility shall be less than 12.0 miles from the Pope AFB Reilly Road gate. Request offerors price out one, two and three bedroom units as well as provide availability of one, two and three bedroom units during specified time frame. Each fully furnished apartment must be equipped with the following amenities and utilities; Kitchen: full sized refrigerator, built-in microwaves or counter-top microwaves. House wares to include: dining place settings (2 settings for 1-bedroom and 4 settings for 2-bedroom units), pots and pans. Living Room: sofa, loveseat, cocktail table, two end tables, two lamps. Dining: dining table, four dining chairs. One-bedroom unit: with dresser and mirror, one night stand, one lamp, one full or queen headboard or two twins, one full or queen mattress and box spring set or two twins. Two-bedroom unit: First bedroom with dresser and mirror, one night stand, one lamp, one full or queen headboard or two twins, one full or queen mattress and box spring set or two twins. Second bedroom with dresser and mirror, one nightstand, one lamp, one full or queen headboard or two twins, one full or queen mattress and box spring set or two twins. Three-bedroom unit: First Bedroom with dresser and mirror, one night stand, one lamp, one full or queen headboard or two twins, one full or queen mattress and box spring or two twins. Second bedroom with dresser and mirror, one nightstand, one lamp, one full or queen headboard or two twins, one full or queen mattress and box spring set or two twins. Third bedroom with dresser and mirror, one nightstand, one lamp, one full or queen headboard or two twins, one full or queen mattress and box spring set or two twins. Units shall have window coverings. All utilities included: electricity, basic cable, water, sewer and trash. There shall be a minimum of two full baths in all two- and three- bedroom units. Each unit shall provide an iron and full sized ironing board. The apartment complex must be a gated community and/or have individual intrusion alarms in each unit. The apartment complex shall have an on-site Laundromat. The apartment complex shall have on site management with specified office hours as well as a 24-hour emergency maintenance. Government will not be made to sign a lease. Offerors are encouraged to clearly identify any additional services/amenities offered in addition to the minimum requirements listed above. Offerors shall provide as a response to the solicitation: (1) Price schedule to include all amenities offered; (2) Proposed layout of the facility and room design; (3) A list of at least three references; (4) CAGE Code; (5) Completed FAR Clause 52.212-3, Offerors Representations and Certifications ? Commercial Items. Award will be by Purchase Order and payment will be made monthly by Electronic Funds Transfer (EFT) so all offerors must be registered with the Central Contractor Registered (CCR) at www.ccr.gov to be eligible for award. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil. The following clauses and provisions are incorporated and will remain in full force in any resultant award; FAR 52.232-18, Availability of Funds ? applies to this solicitation, funds are currently not available for this requirement. FAR 52.212-1, Instructions to Offerors ? Commercial Items, applies to this solicitation; FAR 52.212-2 Evaluation ? Commercial Items is applicable to the solicitation and blanks in (a) are completed as follows: past performance, price, amenities, condition of facilities, and proximity to Pope Air Force Base will be the factors used in the evaluation process for this purchase. Past performance, amenities, facilities condition and proximity are more important evaluation factors than price alone. 52.212-3, Offeror Representations and Certifications ? Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation; FAR 52.212-4 Contract Terms and Condition ? Commercial Items, applies to this solicitation. Paragraph (i) of FAR 52.212-4 is added to read: ?Payment will be made on a monthly basis?.; FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Execute Orders; Commercial Item, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 is considered checked and is applicable to this acquisition: (1), (7), (13), (14), (16), (19), (24), and (29). The following FAR clauses identified at paragraph c of FAR 52.212-5 is considered checked and is applicable to this acquisition: (1) and (2). DFARS 252.204-7004 Required Central Contractor Registration (CCR); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Applicable to Defense Acquisitions Of Commercial Items (DEV); DFARS 252.204-7003 Control of Government Personnel Work Product; Far 52.252-2 Clauses Incorporated by Reference; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items; The following DFARS clauses identified are considered checked and are applicable to this acquisition 252.247-7023, 252.225-7012, 252.225-7014 and 252.225-7015. The following FAR clause identified is considered checked and is applicable to this acquisition 52.203-3; DFARS 252.232-7003 Electronic Submission of Payment Requests. All offerors are subject to a facility inspection prior to contract award. The Government reserves the right not to award to the lowest price. Offerors who are not registered in the CCR are ineligible for the award. You can register or obtain additional information via their web site at www.ccr.gov or call 1-800-334-3414. Responses to this Request for Quotation (RFQ) must be received via e-mail, fax, mail or delivery by 20 September no later than 5:00 PM Eastern Standard Time. Questions may be directed to the assigned Contracting Specialist, Andrea Matson. Andrea Matson (910) 394-6304 may also be reached at andrea.matson@pope.af.mil or by fax, (910) 394-6279 or Mrs. Gail Williams, Contracting Officer @ gail.williams@pope.af.mil or (910) 394-6250.
 
Place of Performance
Address: Fayetteville, North Carolina,
Country: U.S.A
 
Record
SN00674057-W 20040917/040915212340 (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.