Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2004 FBO #1130
SOLICITATION NOTICE

X -- Temporary Housing-Fully furnished apartments/dwellings for multiple locations in Florida

Notice Date
12/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
531110 — Lessors of Residential Buildings and Dwellings
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-05-T-0006
 
Response Due
1/18/2005
 
Archive Date
3/19/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 26 , effective December 20, 2004. NAICS 531110 small business size standard is $6,000,000.00. Description of requirement: The Florida National Guard requires furnished apartments/dwellings in or near the cities of Plant City, Middleburg, Quincy, Florida. Performance Requirement: Contractor will provide fully furnished apartments/dwellings with all utilities provided and weekly maid service. The apartments will be utilized by full time support staff working in Plant City, Camp Blanding Joint Training Cente r (near Middleburg), and Quincy (Tallahassee area). The performance period will be one year, January 31, 2005 through January 30, 2006, with one option year. Performance Standards: Dwelling will be available for occupancy by the beginning of the perfor mance period; resident complaints concerning utilities, property condition, furnishings, etc. no more frequent than one per month. Federal Acquisition Regulation (FAR) provision at 52.212-1, Instruction to Offerors---Commercial, applies to this acquisitio n. FAR provision at 52.212-2, EvaluationCommercial Items, is not applicable. Award will be made based on the offer representing a best value to the government using evaluation procedures found in FAR part 13, Simplified Acquisition Procedures (SAP). The government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offerors initial quote should contain the offerors best terms from a cost or price standpoint. Do not assume you will have the opportunity to clarify, discuss or revise your offer. Offeror may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary The government will consider the following for award: 1. price (broken down into daily charges based on a one-year period of performance) including early termination charges, 2. Proposed property (location, condition, crime rate of area), 3. Furnishings and utilities package ((furniture, kitchenware, cable tv, etc., including any limitations on utilities beyo nd which the government will be liable for expense (for example cap on electricity at $xxx/month)), maid service availability. Contract Line Items (CLINs): 0001 Furnished apartments-Plant City, FL SubCLINs: 0001AA qty 10, one-bedroom apartment; 0001AB q ty two (2), two-bedroom apartment; 0002 Furnished apartments-Quincy, FLqty two (2), one-bedroom apartment; 0003 Furnished apartments-Middleburg, FL (or vicinity of Camp Blanding Joint Training Center, Starke, FL)qty three (3), one bedroom apartment; 00 04 Option Year, Furnished apartments-Plant City, FL SubCLINs: 0004AA Option Year, qty 10, one-bedroom apartment; 0004AB Option Year, qty two (2), two-bedroom apartment; 0005 Option Year, Furnished apartments-Quincy, FLqty two (2), one-bedroom apartment; 0006 Option Year, Furnished apartments-Middleburg, FL (or vicinity of Camp Blanding Joint Training Center, Starke, FL)qty three (3), one-bedroom apartment. The following clauses and provisions apply to this acquisition: FAR 52.204-1 Approval of Contract (by local legal advisor); FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 Offerors Representations and Certifications - Commercial Items ALT I; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following applicable clauses in paragraph (b) FAR 52.222-26 Equ al Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Vet erans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.232-36 Payment by Third Party, 52.222-41 -- Service Contract Act of 1965, as Amended, 52.222-42 -- St atement of Equivalent Rates for Federal Hires (see www.wdol.gov for wage determinations); 52.217-5 -- Evaluation of Options; 52.217-9 -- Option to Extend the Term of the Contract (not to exceed two years); FAR 52.219-9 Total Small Business Set Aside; 52.2 46-4 -- Inspection of Services -- Fixed-Price; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil). (This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as is they were given in full text); FAR 52.252-5 Authorized Deviations in Provisions; 252.201-7000 Contracting Officer's Representative; 252.212-7000 Offeror Representations and Certifications--Commercial Items; DFARS 252.2 04-7004 Required Central Contractor Registration; 252.243-7002 Requests for Equitable Adjustment. Note: The full text of a clause/provision may be accessed electronically at: http://farsite.hill.af.mil. Submittal requirements: Offerors shall submit quot ations including information required by the applicable provisions which outline the following: 1. prices for CLINS/SubCLINs (base year and option year) as well as a statement addressing early termination charges; 2. proposed property information (note-off erors may propose multiple properties for required cities/vicinities); 3. furnishings and utilities package including statement of any limitations on utilities and scope of maid service; 4. completed copy of the provision at FAR 52.212-3 Alt I, Offeror Rep resentations and CertificationsCommercial Items OR statement of completed Online Representation and Certifications Application (ORCA) at www.bpn.gov and completed copy of provision at DFARS 252.212-7000 Offeror Representations and Certifications--Commerci al Items. Offers are due January 18, 2005, 5:00 PM EST. Oral quotations will not be accepted. Faxed offers must be readable to be considered. Fax offers to (904) 823-0512 attn: Brian Williams. Mail offers to USPFO for Florida, Attn: Brian Williams, PO Box 1008, St. Augustine, FL 32085-1008. Physical address delivery address, 189 Marine St., St. Augustine, FL 32084. Email offers to brian.williams@fl.ngb.army.mil. Any questions should be addressed to Brian Williams, Contracting Officer, (904) 823-0567 or email brian.williams@fl.ngb.army.mil.
 
Place of Performance
Address: USPFO for Florida 189 Marine Street, St. Augustine FL
Zip Code: 32084
Country: US
 
Record
SN00727277-W 20041230/041228211849 (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.