Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOLICITATION NOTICE

X -- POC: Jacklyn Wengstrom, Contract Specialist, Phone: 928-328-6656, E-mail: Jackie.Wemgstrom@yuma.army.mil or Cynthia Ann Ford, Contracting Officer, Phone: 928-328-6348, E-mail: Cyndi.Ford@yuma.army.mil, Fax: 928-328-6849 for both

Notice Date
7/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
531210 — Offices of Real Estate Agents and Brokers
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-05-T-0048
 
Response Due
8/3/2005
 
Archive Date
10/2/2005
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 12 Simplified Acquisition Procedures (SAP). This announcemen t constitutes the only solicitation for a Request for Proposal (RFP) and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)2005-04 effe ctive 08 Jul 2005 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 Edition current to 2005062. It is anticipated that payment will be made by Government Visa Credit Card. The American Industry Classification System (NAICS) is 531210 an d the size $1.5 Mil. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register on line at https://www.bpn.gov/CCR/scripts/index.html. Office Space Requirement for Tampa, Florida. Yuma Proving Ground desires to lease NTE 850 to 900 usable square feet in Tampa, Florida within the following boundaries: Convenient south Tampa location one block west of Bayshore Boulevard, one block east of MacDill Avenue, near entrance to the Lee Roy Selmon Expressway. Space must include 2 office(s) and large conference/work area. The lease term will be 1 year with 2 one year options. If space is located on the upper floor, an elevator should be provided. Building must be of sound substantial construction of the type generally recognized as modern office having adequate means of ingress and egress. To meet government requirements, must have the ability to be altered or constructed. The building must be fully serviced to include the following: On-Site Management, US PS, UPS, Airborne and Federal Express Drop/Drop Boxes on Site, High Speed Internet Access Available, Janitorial Services Site should also provide for on-site free parking. Public transportation should be available within five (5) blocks of the building. Availability of office space: Lease for base year with 2, one year options. The contractors proposal shall consist of t hree Contract Line Item Numbers (CLIN). CLIN 0001, W81R8T5201RM02 ,Base Year : Lease of office space for one year . Contract Line Item 0002, Option I, lease for one year. Contract Line Item 0003, Option II, lease for one year. All quotes shall be cle arly marked with the Solicitation number W9124R-05-T-0048 and e-mailed to Jackie.Wengstrom@yuma.army.mil no later than Close of Business, Mountain Standard Time (MST), 3 August 2005, 5:00 P.M.. Offeror that fail to furnish required representations of inf ormation as required by 52.212-1,or reject the terms and conditions of this solicitation may be excluded from consideration. The Government intends to award a contract to the responsible bidder whose bid conforming to the solicitation will be the most adv antageous to the Government based on acceptability and price. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instruction to Offerors Commercial Items Jan 2005. http://farsite.h ill.af.mil/VFFAR1.HTM, locate the referenced clause, copy and paste it to a Word Document and complete. Note: In order to complete the Representation and Certifications for the following reference provision you must go to the Air Force Web Site and FAR Pro vision 52.212-3, Offeror Representations and Certification Commercial Items May 2005, 52.212-4, Contract Terms and Conditions Commercial Items Oct 2003 applies to this acquisition, specifically addendum FAR Clause 52.212-5 Contract Terms and Conditions Req uired to Implement Statutes or Executive Order Commercial Items Apr 2005 applies to this acquisition.52.222-3 Convict Labor June 2003, 52.222-19 Child Labor Jun 2004, 52.222-21 Prohibition of Segregated Facilities Feb 1999, 52.222-26 Equal Opportunity Apr 2002, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era Dec 2001, 52.222-36 Affirmative Action for Workers with Disabilities June 1998, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era Dec 2001, 52.232-33 Payment by Electronic F unds Transfer Central Contractor Registration Oct 2003, 52.232-34 Payment by Electronic Funds Transfer Other than Central Contractor Registration May 1999, 52.232-36 Payment by Third Party May 1999, DFARS Clause 252.212-7001 Contract Term and Conditions R equired to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items Dec 2004, applies to this acquisition. After reviewing the solicitation, if you plan on participating in this acquisition you are required to provide y our name, address, phone number and e-mail address via e-mail or facsimile (928-328-6849 to the address provided herein for notification of amendments.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00856956-W 20050730/050728212447 (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.