Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2005 FBO #1391
SOLICITATION NOTICE

X -- Border Patrol Washington, D.C. Temporary Lodging

Notice Date
8/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
531110 — Lessors of Residential Buildings and Dwellings
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
PR20010390
 
Response Due
8/31/2005
 
Point of Contact
Rosie Zaragoza, Purchasing Agent, Phone 830/778-7077, Fax 830-778-7848, - Francine Harris, Contract Specialist, Phone 202/344-1126, Fax 202/344-1812,
 
E-Mail Address
rosie.zaragoza@dhs.gov, francine.harris@dhs.gov
 
Description
The Department of Homeland Security, U. S. Customs and Border Protection (CBP), is issuing 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. Solicitation # PR20010390 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. The solicitation will be distributed solely through the General Services Administration’s Federal Business Opportunities web site http://www.fedbizopps.gov/. Hard copies of the solicitation document will not be available. The site provides downloading instructions. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. Offeror shall include a completed copy of the provisions at the Federal Acquisition Regulation (FAR) 52.204-8, Annual Representations and Certifications. Offeror must be currently registered in the Central Contractor Registration, Online Representations and Representations Application, and provide DUNS and TIN number with quotation. The North American Industry Classification System code is 531110. The small Business size standard is $6 million. Offerors are required to identify their company’s business size even though unrestricted. (This acquisition is Not a Small Business Set-Aside). Provisions at 52.212-1 Instructions to Offerors-Commercial are applicable to this requirement. Evaluation procedures described below. 52.212-3 Offer Representations and Certifications-Commercial Items should be submitted with the Offeror’s responses/quotes. 52.212-4 Contract Terms and Conditions-Commercial Items, and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this requirement with the following addendum: Prohibition of Segregated Facilities (FEB 1999); 52.222-26 Equal Opportunity (APR2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era and other Eligible Veterans (DEC 2001); Affirmation Action for Workers with Disability (Jun 1998); 52.225-1 Buy American Act Supplies (JUN 2003); 52.225-16 Sanctioned European Union Country End Products (Feb 2000); 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration; 52.204-7 Contractor Central Registration; 52.216-18 Ordering; 52.216-19 Order Limitations; 52.216-22 Indefinite Quantity; 52.202-1 Definitions; 52.203-5 Covenant Against Contingent Fees; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52-203-7 Anti Kickback Procedures; 52.216-24 Limitation of Government Liability; 52.216-25 Contract Definitization; 52.223-13 Certification of Toxic Chemical Release Reporting; 52.223-14 Toxic Chemical Release Reporting; 52.225-13 Restrictions on Certain Foreign Purchases; 52.233-2 Service of Protest; 52.244-6 Subcontracts for Commercial Items; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract. These provisions and clauses are incorporated by reference. Services performed for: U. S. Customs and Border Protection, Washington, DC. This combined synopsis/solicitation notice is for long-term detail lodging requirements for the U.S. Border Patrol. The abolishment of INS coupled with the Border Patrol’s realignment within the CBP created the need to increase the number of detailed employees to support the current Border Patrol mission requirements and increased responsibility in the context of border security and overall homeland security requirements, under the Department of Homeland Security. Offerors shall submit a price quote for CLIN 0010: Long-Term Detail Housing at $ _________ per month. The period of performance shall be established from the contract date of award with a base year and an option period of two years thereafter. It is the intent of the CBP to award an Indefinite Quantity Indefinite Delivery (IDIQ) type contract with the issuance of Delivery Orders on an as-needed basis. A single award will be made. See the Statement of Work for details of the services required. Award will be made to the technically acceptable, responsible/responsive contractor who provides the best value to the Government as defined in FAR Part 9. All offers must be submitted to the U.S. Customs and Border Protection, Office of Procurement, 2401 Dodson Avenue, Del Rio, Texas 78840 by 4:00 pm, August 31,2005. Facsimile Quotes are acceptable to 830-778-7848, ATTN: Rosie Zaragoza-Santos, Contracting Officer. Telephone contact: 830-778-7077. Email quotes are acceptable to: rosie.zaragoza@dhs.gov Place of Performance: Washington, DC or Arlington, Virginia, within three blocks from a Metro Station, and Sunrise Valley Drive, Reston, Virginia. Border Patrol Washington, D.C. Temporary Lodging Statement of Work 1.0 PURPOSE 1.1 This Statement of Work outlines the resources the contractor shall provide to support long-term detail lodging for the Office of Border Patrol in the Washington, D.C. area and Reston, Virginia. 1.2 The contractor will provide spacious fully furnished units accessible to Metro in the Washington Metropolitan Area and Reston, Virginia for Border Patrol employees on long-term details in Washington, D.C and Sunrise Valley Drive, Reston, Virginia. 2.0 BACKGROUND 2.1 The abolishment of INS coupled with the Border Patrol’s realignment within the Bureau of Customs and Border Protection created the need to increase the number of detailed employees to support the current Border Patrol mission requirements and increased responsibility in the context of border security and overall homeland security requirements, under the Department of Homeland Security. This contract shall provide Border Patrol employees with affordable long-term temporary housing units. 3.0 DESCRIPTION AND SCOPE OF SERVICE 3.1 The contractor shall provide Border Patrol the availability of a spacious fully furnished one-bedroom units with separate kitchen facilities no more than 10 miles from the Border Patrol employee’s temporary duty station and no more than 3 blocks from Metro in Washington, D.C., Arlington, Virginia and a facility no more than 10 miles from Sunrise Valley Drive, Reston, Virginia. Contractor shall furnish all labor, equipment and material required to operate and maintain each unit and common area used under this contract. 4.0 FACILITY DESCRIPTION/SPECIFICATIONS FOR FURNISHED UNITS 4.1 The contractor shall provide a block of units in facilities, which are currently operating as an ongoing lodging facility business. Each temporary residential unit shall meet the following requirements: 4.2 A minimum of one bedroom, living room (with a sleeper sofa,) one bathroom, and a kitchen. 4.3 This contract shall provide long-term accommodations accessible no more than three blocks from Metro in the Washington Metropolitan and Arlington, Virginia, convenient to shopping, restaurants and entertainment. In addition, provide long-term accommodations no more than 10 miles from Sunrise Valley Drive, Reston, Virginia convenient to shopping, restaurants and entertainment. 4.4 Rooms and bathrooms facilities shall be constructed and finished to provide the proper degree of light reflectance and sound abatement. 4.5 Units will be heated and air-conditioned, and ventilated to the extent necessary to maintain proper health, safety and comfort. 4.6 All hardware, including hinges, knobs, chains, fans, sliding doors and the like, shall be in good working condition. 4.7 All electrical equipment, switches and plugs must be in good repair. 4.8 All entrance doors shall have deadbolt locks. All windows will have a locking device. 4.9 All units will have the required number of operative smoke detector and/or operative heat sensitive sprinkler system. 4.10 Walls will be painted or have wall coverings that present a pleasant environment. 4.11 The initial condition of all units at move-in shall be clean. House cleaning services shall be provided before move-in for each unit. 4.12 Carpeting must present a clean and pleasant appearance. Carpet should be clean and free of dirt, cuts, tears, stains, and cigarette burns. 4.13 Drapes, window shades, blinds and window screens must be clean and in operative condition. 4.14 All windows shall be clean and unbroken. 4.15 Furniture, fixtures and equipment should be clean and in good repair. All surfaces should be free of dirt, cuts, tears, stains, and cigarette burns. 4.16 Trash containers will be provided, one for each room. 4.17 All rooms, bedding and furniture shall be free of pests and rodents. 4.18 Living quarters, bathrooms and kitchen will be free of all offensive odors, including free of mildew. 5.0 FACILITIES 5.1 Each unit will have a washer, dryer, iron, ironing board, vacuum and broom within the unit. Washer and dryer shall be clean and in good working condition at all times. 5.2 The Contractor will provide each apartment occupant with accessibility to a health and fitness facility in the apartment building or in close proximity. 6.0 PARKING 6.1 A minimum of one parking space in a well-lit area will be available to accommodate residence. 7.0 UTILITIES 7.1 Contractor will provide all utilities including heating and air conditioning in season including hot and cold water at all times. 7.2 If the utilities fail, due to other than a service-wide failure, for more than 4 hours, the Contractor will relocate all affected occupants, to another location of equal or better quality at the contractor’s expense. 7.3 Local telephone service shall be furnished in each unit provided under this contract. Occupants will personally pay for all long distance telephone calls. 7.4 Basic cable service shall be provided for each unit. 7.5 Internet access shall be provided for each unit. 8.0 FURNITURE 8.1 Furnishings and equipment must be clean and in good working condition. All units will have a color television and VCR or DVD with a stand in good working condition with good reception to all local channels. 8.2 The bedroom shall contain at a minimum the following: Radio-clock: 1 per sleeping unit with a minimum of one desk or writing table, one desk chair and one operative desk lamp. Also, a minimum of one dresser with mirror shall be provided to each bedroom. The room shall have a queen size bed or larger, mattress, mattress covers, box spring free of odors or lumps with two pillows, pillowcases free of odors, two coordinating night stands with lamps in good working condition. Included shall be set of fitted and filled and flat sheets with a bedspread in good condition free of odors. 8.3 The living room shall contain at a minimum the following: Full size sleeper sofa bed with a loveseat or large chair color coordinated and free of odors in good condition. A coffee table coordinating end tables with lamps in good working condition. 8.4 The kitchen shall be contain the following: Kitchen shall be equipped with a standard size refrigerator, stovetop, oven, microwave, electric can opener dishwasher and a fire extinguisher. Kitchen shall contain an adequate supply of kitchen towels, dishcloth oven mitt (s), sponge, cutting board, spatula, large spoons, pots and pans, cutting knives, ovenware, and a set of matching dishes and silverware for four. Also included in kitchen area shall be a dinette area with four chairs and table. 9.0 OPERATIONS 9.1 The Contractor shall have an established property management point of contact. This Contractor point of contact shall inform occupants of services and amenities. The Contractor point of contact shall accept individual and group reservations from the Border Patrol point of contact via fax, telephone, or e-mail. 9.2 Reservation policy. The Border Patrol point of contact will make reservation transmissions 2 weeks in advance of occupation of unit. The Contractor point of contact shall provide the Border Patrol point of contact written confirmation of apartment reservation. 9.3 The Border Patrol will not be made liable for any units that are not reserved through Border Patrol point of contact. 9.4 Extra Services. All extra services not specified in this statement of work or included in the unit rate shall be paid by the unit occupant requesting and receiving the extra services. The Contractor shall collect payment of those extra services directly from the unit occupant. Extra services include: pet fees, additional cable services, and/or amenities.) 9.5 Payment for Services. The Contractor shall be responsible for collecting all unit charges on a monthly basis either by delivery order purchase card order or a separate agreement placed upon this contract. The only payment made against this contract shall be for occupancy of unit. 9.6 Price per Apartment Unit. The price for each unit shall include all unit utilities, amenities and parking space. Any overage of charges in utilities, amenities or parking expenses shall be covered by Contractor 10.0 PERIOD AND PLACE OF PERFORMANCE 10.1 The contract shall be established from the date of award through September 30, 2006. In addition, the contract provides for two, one-year options that will be exercised in accordance with FAR 52.217-9, Option to extend the Term of the Contract. 12.0 DELIVERABLES/MILESTONES 12.1 The Contractor shall provide the Border Patrol point of contact a monthly detailed written status report for each apartment unit, to include: name of occupant, location, expenses, length of stay, problems, resolutions and recommendations. 13.0 POINT OF CONTACT 13.1 The Border Patrol point of contact for this contract is Ms. Gloria Cruz. The Office of Border Patrol, point of contact, Gloria Cruz can be reached on (202) 344-1382 at 1300 Pennsylvania Avenue, N.W., Suite 6.5E, Washington, D.C. 20229. The Office of Border Patrol COTR will be David Mooney, (202) 344-1399, 1300 Pennsylvania Avenue, N.W., Suite 6.5E, Washington, D.C. 20229. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-AUG-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-SEP-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/USCS/PDDC20229/PR20010390/listing.html)
 
Place of Performance
Address: Washington Metropolitan and Arlington, Virginia, provide long-term accommodations no more than 10 miles from Sunrise Valley Drive, Reston, Virginia
Zip Code: 20229
Country: UNITED STATES
 
Record
SN00896848-F 20050917/050915213643 (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.