Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2005 FBO #1439
SOLICITATION NOTICE

X -- Temporary Office Space & Services - Parsippany, NJ

Notice Date
11/2/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
NTSB ~ AD-20 Acquisition Division Attn: Fran Risinger Rm 4814 490 L' Enfant Plaza East, SW Washington DC 20594
 
ZIP Code
20594
 
Solicitation Number
NTSBR060001
 
Response Due
11/8/2005
 
Archive Date
11/2/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR 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 Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. STATEMENT OF WORK BACKGROUND The National Transportation Safety Board (NTSB) is an independent Federal agency charged by Congress with investigating every civil aviation accident in the United States and significant accidents in the other modes of transportation - railroad, highway, marine and pipeline - and issuing safety recommendations aimed at preventing future accidents. The NTSB includes a Headquarters facility in Washington DC, a Training Academy in Ashburn VA, and eight (8) regional offices located throughout the United States. The current lease of its Northeast Regional Office in Parsippany, NJ facility is scheduled to expire on December 31, 2005. SCOPE OF WORK The NTSB has a requirement for office space and on-site facilities support services for its Northeast Regional office in Parsippany, New Jersey beginning December 1, 2005. The office spaces must resemble a "turn key" solution, whereas the contractor shall provide the office-space, furniture, telecommunications, utilities, receptionist, broadband Internet, janitorial services, and all other facilities services to support the Northeast Regional Office in Parsippany, NJ. CONTRACTOR FURNISHED RESOURCES The contractor shall provide fully furnished, equipped, lockable offices that represent a professional, ergonomic, and functional work environment for the four (4) NTSB employees. The contractor shall be responsible for the following services that shall include, but are not limited to: 1. Office space: Contractor shall provide a suite of four (4) offices, approximately 500 square feet, with up to two offices with windows. Contractor shall provide office space that is "move-in" ready (i.e. carpeted, painted, equipped for work). Each office shall be furnished with a modular desk set that includes a desk, credenza, and hutch, as well as, two (2) filing cabinets, a bookcase, and a phone. The Contractor shall also provide access to a small conference room with a table and seating for 4-6 people, a large conference room with a table and seating for 8-12 people, and a reception area. 2. Utilities: Contractor shall provide HVAC, lighting, electricity, and all other applicable utilities. 3. Facility inspections and repairs: Contractor shall coordinate regular inspections of the facility and perform all facilities maintenance services including, but not limited to: HVAC maintenance, pest control and all other services to ensure a properly working office environment. Contractor is responsible for all facility, furniture, and office infrastructure repairs including, but not limited to: replacing light bulbs, repairing/cleaning carpet, repairing or replacing non-OSHA compliant furniture, telecommunication/data lines, etc 4. Janitorial Services: Contractor shall coordinate daily cleaning of NTSB offices and common areas. 5. Security requirements: Contractor shall maintain a secure facility with an access control system. Each office shall be lockable. The contractor is responsible for supplying any necessary access badges, access codes, two (2) sets of office keys, and mailbox keys. NTSB employees shall have building access 24 hours a day, 7 days a week. 6. Phone Services: Contractor shall provide one telephone handset, including two (2) business lines and voice mail, for each office. The contractor shall provide a PBX and Audix Phone System that features caller ID, call forwarding, and remote retrieval of voice mail. The contractor shall ensure that that current fax number and phone numbers of the NTSB employees are transferred to the new location. The contractor shall provide phone installation and programming, any necessary software enhancements and administrative set-up, and add the NTSB to the building listing. Contractor shall provide on-site maintenance, support and instant replacement services for telephone handsets. 7. Answering Service: Contractor shall provide reception and telephone answering services. 8. Long Distance Telecommunications services: Contractor shall provide unlimited local and long distance phone service. 9. Internet: The contractor shall provide Broadband Internet access to all offices. 10. Mail: Contractor shall provide daily mail handling and delivery services. 11. Parking: Contractor shall provide, at a minimum, four (4) parking spaces co-located with the proposed building or office space. 12. Building/Center Manager: Contractor shall provide a building or center manager who will have the authority to field and address any concerns from the NTSB. GOVERNMENT FURNISHED RESOURCES The Government shall furnish and install all necessary computers, printers, and other IT related equipment. PLACE OF PERFORMANCE These services must be provided in a commercial building in Parsippany, New Jersey 07054 PERIOD OF PERFORMANCE The period of performance is a base period from December 1, 2005 thru November 30, 2006 with four (4) one-year option periods. DELIVERABLES Monthly Report. Contractor shall provide an invoice each month with break down of costs to include: rent, telephone, and other provided services. QUALIFICATIONS Contractor must be able to provide all the services and accommodations listed in the scope of work above. Contractor shall provide the office space and additional services to include: voice/data communications support, security support by means of supplying access badges, codes credit verification, office keys, mailbox key, and housekeeping. Contractor must have at least 3 years experience in providing all of these services as a single package, and experience in successfully managing a commercial building. STANDARD CONDITIONS AND REQUIREMENTS The following standard conditions and requirements shall apply to any premises offered for lease to the Government: Space offered must be in a quality building of sound and substantial construction, either a new, modern building or one that has undergone restoration or rehabilitation for the intended use. The contractor shall provide a valid Occupancy Permit for the intended use of the Government and shall maintain and operate the building in conformance with all applicable current codes and ordinances. Below-grade space to be occupied by the Government and all areas in a building referred to as "hazardous areas" in National Fire Protection Association Standard 101, or any successor standard thereto, must be protected by an automatic sprinkler system or an equivalent level or safety. A minimum of two separate stairways shall be provided for each floor of Government occupancy. Scissor stairs will be counted as one stairway. If offered space is 3 or more stories above grade, additional egress and fire alarm requirements may apply. The Building and the leased space shall be accessible to the handicapped in accordance with the Americans With Disabilities Act Accessibility Guidelines (36 CFR Part 36, App. A) and the Uniform Federal Accessibility Standards (41 CFR 101-19.6, App. A). Where standards conflict, the more stringent shall apply. The leased space shall be free of asbestos containing materials, except undamaged asbestos flooring in the space or undamaged boiler or pipe insulation outside the space, in which case an asbestos management program conforming to the Environmental Protection Agency guidance shall be implemented. The space shall be free of other hazardous materials according to applicable Federal, State and local environmental regulations. Services, utilities, and maintenance shall be provided daily, except Saturday, Sunday and Federal holidays. The Government shall have access to the leased space at all times, including the use of electrical services, toilets, lights, elevators, and Government office machines without additional payment. PROVISIONS AND CLAUSES The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (JAN 2005) applies to this acquisition. The following clauses apply to this acquisition and are hereby incorporated by reference or full text, and are to remain in full force and effect in any resultant contract: full text clauses and provisions are available at http://arnet.gov/far. The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions - Commercial Items (SEPT 2005) with the following Addendum: 52.204-7, Central Contractors Registration (OCT 2003); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (SEPT 2005); 52.222 19, Child Labor - Cooperation with Authorities and Remedies (JUNE 2004); 52.222 21, Prohibition of Segregated Facilities (FEB 1999); 52.222 26, Equal Opportunity (APR 2002); 52.222 35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222 36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222 37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003). PROPOSAL INSTRUCTIONS All questions must be submitted by COB November 4, 2005 via e-mail to fran.Risinger@ntsb.gov. All proposal documentation in response to this Request for Proposal must be submitted by COB November 8, 2005 via e-mail to fran.risinger@ntsb.gov. Please provide your firm's Tax Payer Identification (TIN), DUNS number, order address, Point of Contact, and business size. The successful contractor MUST BE registered in the Central Contractor Registration (CCR) at the time of Contract Award. To register in CCR, go to www.ccr.gov. The NTSB anticipates award of a Firm Fixed Price Contract. BASIS FOR AWARD This is a BEST VALUE procurement. The NTSB will select the proposal that offers the best overall value to the government. Proposals will be evaluated according to technical merit and past performance. Technical is comparatively equal to Past Performance and when combined, are significantly less important than price. PROPOSAL GUIDELINES TECHNICAL - Technical proposals shall address the offeror's capabilities to meet all of the requirements listed in the Statement of Work. Offerors shall include a proposed space plan and any other supporting documentation. Failure to address all requirements may negatively impact the evaluation of the proposal. Technical proposals shall be limited to TEN (10) pages. PAST PERFORMANCE - Provide past performance references for three (3) projects similar in size and scope to this requirement within the past three (3) years. Include names, phone numbers, contract numbers, and email addresses for contact persons for each past performance reference. Include the dollar value of the contract and the number of occupants serviced. Past performance information will be evaluated for quality of products and services provided, business management, and overall customer satisfaction. COST PROPOSAL - Offerors shall submit a cost proposal that provides a breakout of the cost elements, the fixed monthly cost of all space and services, and the total annual cost for each year of this requirement. In addition, the contractor shall provide a pricelist for any ancillary supplies, equipment and services required to support the office operations, if the need arises.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NT950801&objId=22917)
 
Place of Performance
Address: Parsippany, NJ
Zip Code: 07054
Country: United States
 
Record
SN00925371-W 20051104/051102212452 (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.