Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2005 FBO #1469
SOLICITATION NOTICE

X -- Corporate Housing/Lodging

Notice Date
12/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
DHS - Direct Reports, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer, Washington, DC, 20528
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-06-Q-00013
 
Response Due
12/16/2005
 
Archive Date
12/31/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only request for quote (RFQ); quotes are being requested under HSHQDC-06-Q-00013 and a written solicitation will not be issued. This procurement is being distributed for 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 721110 and the business size standard for being considered a small business is $6,000,000.00. This is for corporate temporary housing in the metropolitan DC area for invitational travelers as identified by the U.S. Department of Homeland Security (see Statement of Work). Base period of performance commences February 1, 2006 to and including January 31, 2007 with options for three (3) additional years. INSTRUCTIONS TO OFFERORS: Submit offers to the contracting officer, Ms. Jodey Barnes-Edwards at jodey.edwards@dhs.gov no later than 4:00 p.m. on Friday December 16, 2005. Hard-copies may be mailed to U.S. Department of Homeland Security, ATTN: Office of Procurement Operations/Jodey Edwards/7th & D St./Room 3069-35, 245 Murray Lane SW, Bldg. 410, Washington, DC 20528; but MUST be received by the closing date/time. There can be absolutely no variance from what is set forth in the solicitation. Proposals/quotes shall be typewritten and shall be submitted in two copies. The written technical proposal shall not contain any cost/pricing information. The written priced proposal shall be separate from the technical proposal. The pricing information shall be submitted in the format specified in the solicitation. The offeror shall provide information about not more than five of their previous/current contracts that are relevant to the requirements of the solicitation. In order to be considered relevant, the services must have been provided within the last 5 years. The more closely the previous/current contract services match the solicitation requirements in terms of the range of services provided and the amount of service provided, the more relevant the contract will be considered. The offeror may include contracts that demonstrate the prior experience of corporate officials /teaming partners who will be performing in support of the contract resulting from this solicitation; such contracts shall be clearly notated to show the relationship of the past performance entry to the offeror. The offeror's past performance information must include the following information on each contract: 1. (a) The contract number. (c) The type of installation and products provided. (d) Location(s) of installation provided. (e) Dates of installation provided. (f) Name, organization, and telephone number of a VERIFIED points of contact at the entity for whom services were provided. Contractor shall provide detailed supporting documentation / brochures and facility pictures and information. All offerors shall include a completed copy of 52.212-3, Offeror Representations and Certifications ? Commercial Items with their quote as provided herein. INTENT TO AWARD WITHOUT DISCUSSIONS The Government intends to evaluate all offers received and award a contract without conducting discussions; therefore, the initial proposal shall conform to the solicitation requirements and should contain the best offer from a technical and price standpoint. However, the Government reserves the right to conduct discussions to maximize the Government?s opportunity to obtain the best value. NUMBER OF COPIES/TIME OF RECEIPT a. PRICE PROPOSAL: An original and one copy of the price proposal in the format as shown in the Schedule of Supplies & Services below in a sealed envelope and marked in the bottom right corner "PRICE PROPOSAL SUBMITTED UNDER RFQ HSHQDC-06-Q-000013. The PRICE PROPOSAL shall include the following: (1) Schedule of Supplies & Services as shown below (2) Representations and Certifications (3) Current company balance sheets (Will be used for responsibility determination) (4) A list of existing commercial and government business commitments to include contract numbers, names of Contracting Officers, telephone numbers, value of contract, completion date and percent complete (Will be used for responsibility determination). b. TECHNICAL PROPOSAL: An original and three (3) copies of the technical proposal shall be submitted in a sealed envelope/package/box and marked in the bottom right corner "TECHNICAL PROPOSAL SUBMITTED UNDER RFQ HSHQDC-05-Q-000013." Identify the original proposal as "Original" on the cover of the proposal. The TECHNICAL PROPOSAL shall be submitted in a three-ring binder with table of contents and tabbed. The proposal for Factor 4 shall be submitted in a separate binder. The TECHNICAL PROPOSAL shall include the following: (1) All information required by Factor 1, Understanding & Availability of Requirement (2) All information required by Factor 2, Corporate Experience (3) All information required by Factor 3, Past Performance (4) All information required by Factor 4, Price (separate binder) AMENDMENTS Amendments will normally be posted to the web site http://www.fedbizopps.org. If the entire amendment is posted to the web site, hard copies of the amendment will not be mailed. It is the offeror's responsibility to check the web site periodically for any amendments to the solicitation. All amendments must be acknowledged when submitting offers. Schedule of Supplies & Services must include the item no (0001, 0002, 0003, 0004), description as given, unit (Month), quantity (12), unit price, each item amount and overall total for each line item. 0001 BASE YEAR Furnish a minimum of five (5) studio/one-bedroom apartments unit(s) iaw with the SOW. Period of Performance: February 1, 2006 to and including January 31, 2007. 0002 OPTION YEAR 1 Furnish a minimum of five (5) studio/one- bedroom apartments unit(s) iaw with the SOW. Period of Performance: February 1, 2007 to and including January 31, 2008. 0003 OPTION YEAR 2 Furnish a minimum of five (5) studio/one- bedroom apartments unit(s) iaw with the SOW. Period of Performance: February 1, 2008 to and including January 31, 2009. 0004 OPTION YEAR 3 Furnish a minimum of five (5) studio/one- bedroom apartments unit(s) iaw with the SOW. Period of Performance: February 1, 2009 to and including January 31, 2010. STATEMENT OF WORK for INVITATIONAL TRAVELERS LODGING 1. INTRODUCTION 1.1. The DHS and its affiliated members have the responsibility for acquiring administrative, professional, and or technical services in the execution of their broad and diverse mission to facilitate inter-governmental operational requirements. 1.2. Supported Activity: DHS Directorate of Operations 2. BACKGROUND 2.1 Effective and efficient communication and cooperation between the Directorate of Operations (OPS) and local law enforcement agencies from critical key cities and states is a critical element in the CONOPS to deter, detect, prevent, respond and recover from terrorist incidents or other hazards that threaten the security of the homeland. In order to enhance cooperation between OPS and local law enforcement agencies, OPS has entered into Memorandum of Agreements with select agencies and have agreed to provide invitational federal travel orders to include air fare, lodging and per diem. The local law enforcement agencies will rotate personnel to the liaison position approximately every 30 days or longer in order to meet this critical mission. 3. DESCRIPTION/SCOPE/OBJECTIVE The purpose of this requirement is to provide the necessary level of support required to facilitate the overall objectives of the OPS and its members/detachments/units. The objective of this solicitation and/or contract is to provide temporary lodging to invitational travelers detailed to the OPS directorate from local law enforcement agencies. The contractor shall provide furnished studio and/or one bedroom apartments to law enforcement officers traveling on DHS invitational orders. The units shall be rented on a monthly basis and provide a full kitchen with dishes and cookware, linens and towels, utilities, cable, telephone, parking, internet capabilities, washer and dryer facilities and Metro accessibility. 4. DEFINITIONS AND APPLICABLE DOCUMENTS 4.1. N/A 5. STATEMENT OF WORK (APPROACH/METHODOLOGY/TASKS) 5.1. The contractor shall provide the facilities, management, supervision, materials, supplies, equipment and other accommodations as necessary to carry out the requirement of this contract. Specific work shall include, but not be limited to the following: A minimum of five (5) one-bedroom apartments each month. 5.1.A - Multiple one bedroom furnished apartments (minimum queen size bed in each) 5.1.B - Unit(s) shall include kitchen facilities. 5.1.C ? Contractor shall only invoice for apartments actually occupied 5.1.D - Contractor shall include all utilities, telephone, cable, etc. in monthly rental price 5.1.E - Contractor shall have parking available 5.1.F - Contractor shall provide internet capabilities, high speed preferred 5.1.G - Contractor shall provide all kitchen needs; pots, pans, dishes, plates, silverware (minimum 4 piece place setting) 5.1.H - Contractor shall provide linen ;sheets and towels (minimum two sets) 5.1.I - Contractor proposed lodging shall be Metro accessible 5.1.J - Contractor shall lodging have washer/dryer facilities on site 5.1.K - Contractor shall provide housekeeping services upon occupant checkout. 5.1.L - Facility must be located in the metropolitan Washington, DC area. The Government?s POC will notify the contractor at least 30 days in advance of next month?s occupancy, to include occupant(s) name and organization. The Government shall notify contractor no later than ten days before the next month how many units will be needed for invitational travelers. The contractor can then bill the Government for that month based on the information received. The contractor may bill the Government in advance for units to be occupied. Contractors must accept payment via a purchase order, billed to the agency, not the resident. 5.1.1 BASIS FOR AWARD The Government will make award to the responsive, responsible firm, whose quotation is most advantageous to the Government, price and other factors considered. This is a best- value procurement; the Government may or may not award to the low price quotation. Understanding & Availability, along with Corporate Experience is considered to be of greater importance than price. The Government will utilize the evaluation criteria identified below, listed in descending order of importance, during the evaluation of responses received to this Request for Quotation. 5.1.2 EVALUATION CRITERIA 1. Understanding & Availability. The Government will evaluate the offeror?s understanding of the requirement as evidenced by the offeror's response to the requirement of this solicitation, facilities, and other accommodations as shown in the quote response. The Government will examine the offeror's proposed quote to providing the requirements of this solicitation and will evaluated the likelihood of delivering complete, quality facilities/accommodations meeting DHS's needs. The Government will evaluate the breadth and depth of facilities covered by the offeror; proposed availability, location, accommodations, customer services, etc. Offeror shall include visuals of the proposed facility and/or a website address where the proposed facility/accommodations can be viewed. This information must accurately display the actual facilities that will be used in the execution of this requirement. 2. Corporate Experience. The Government will evaluate each offeror?s experience providing services of a similar size, scope, and complexity as proven by the successful management of contracts of a similar size, scope, and complexity. 3. Past Performance. The Government will also evaluate each offeror?s past performance of projects based upon customer satisfaction with the services provided on past or current projects. The offeror shall provide at least three (3) references and/or current contracts for corporate housing as provided for government and/or private organizations. These references must include the name, telephone number, contract number, length of service, dollar value of contract(s) and any other pertinent information useful in making contact with the service receiving organization. 4. Price. The Government will evaluate pricing based on a total anticipated cost, which shall include firm fixed-price costs, overhead, administrative and delivery costs. The offeror should provide a summary of any and all associated costs. 5.1.3 Any contractual problems for which the government will incur additional cost will be handled solely by the contractor, Contracting Officer, and the Contracting Officer?s Technical Representative (COTR) as required; the resident(s) will not be involved in any negotiations with the contractor. ONLY THE CONTRACTING OFFICER CAN MAKE CHANGES TO THIS CONTRACT THAT INCURS GOVERNMENT MONETARY OBLIGATION. 1. The Government?s Role and Responsibility for Contract Administration A. Contracting Officer (CO). The CO has the overall responsibility for administration of this contract. The Contracting Officer alone, without delegation, is authorized to amend, modify, or deviate from the contract. Other responsibilities may be delegated (in writing) to authorized representatives. B. Contracting Officer?s Technical Representative (COTR). The COTR will be designated in writing at the time of award. The COTR assists the Contracting Officer in administration of the contract requirements. The COTR?s responsibilities include, but are not limited to the following: (1) Determining the adequacy of performance by the Contractor in accordance with the terms and conditions of this contract. (2) Acting as the Government?s representative in charge of work at the site. (3) Ensuring compliance with contract work requirements. (4) Advising the Contracting Officer of any factors which may cause delay in performance of the work. Supervision. No Government employees are authorized to exercise either direct or indirect supervision over, or provide directions to the contractor?s employees. 6. DELIVERABLES AND SCHEDULE 6.1. Deliverables. Semi-annually (June & December) the contractor shall provide a report to the contracting officer administrative data such as, the number of rooms used, average length of stay, time periods, resident(s) complaints and contractor?s resolution(s), any known criminal (including drugs, violent acts) activity taken place at the facility, costs, annual use statement, etc. This report shall be submitted under official company letterhead signed by a designated company representative. The cover letter shall be addressed to the Contracting Officer with a copy to the Contracting Officer?s Technical Representative unless otherwise directed by the contracting officer. The cover letter shall include as a minimum, the title of the applicable deliverable, date performed, and the appropriate contract number or purchase order number to which the deliverable applies. 7. PERFORMANCE STANDARDS AND QUALITY MEASUREMENT 7.1. There is no known planned performance standard associated with this contract. 8. RISKS AND CONSTRAINTS 8.1. No known risks or constraints. 9. KEY PERSONNEL REPLACEMENT AND SUBSTITUTION: 9.1. The contract shall provide a contractual point-of-contact that is knowledgeable of this contract and capable providing the necessary information required by this contract and the contracting officer 10. SUBCONTRACTOR(S) 10.1. The contractor must notify the contracting officer of any consultants and/or subcontractors used in the execution of this requirement. 11. PERIOD OF PERFORMANCE 11.1. The period of performance shall be for a Base Year commencing on or about February 1, 2006 to and including January 31, 2006 or from date of award for a period of 365 days. The contract will also include an additional three Option years. 12. PLACE OF PERFORMANCE/LOCATION OF WORK 12.1. The place of performance is lodging/apartment building of contractor. 13. CONFIDENTIALITY 13.1. This project and all materials provided to the Contractor by the Government and results, conclusions and recommendations obtained thereof should be considered confidential in nature and treated with the same level of care that the Contractor treats its own confidential business information. The information shall not be disclosed, copied, modified, used (except in the completion of this project) or otherwise disseminated to any other person or entity at any time to include, but not limited to inclusion in any database external to the Government without the Government?s express consent. 14. SECURITY/SECURITY CLEARANCES 14.1. Not required. 15. SPECIAL REQUIREMENTS/INSTRUCTIONS/CONSIDERATIONS 15.1. No data provided to, or developed by, the contractor shall be used for any purpose other than this delivery order. All information (data files and hard copy) become the property of the government and the contractor shall return them at the completion of the task. 15.2. Any equipment (i.e., computers, furniture, etc.) purchased and billed to the government as ?other direct costs? under this contract are the property of the Government and shall be transferred at the completion of the task. 16. TRAVEL AND OTHER DIRECT COSTS: N/A 17. GOVERNMENT POINTS OF CONTACT The Contracting Officer is Ms. Jodey Barnes-Edwards, 202-772-9527 or jodey.edwards@dhs.gov. PRIOR TO AWARD OF THIS CONTRACT ALL INQUIRIES SHALL BE MADE TO THE CONTRACTING OFFICER EXCLUSIVELY. 18. NON-PERSONAL SERVICE STATEMENT ? N/A 19. PERSONNEL QUALIFICATIONS - N/A 20. ORGANIZATIONAL CONFLICTS OF INTERESTS 20.1. The Contractor acknowledges that it is familiar with FAR Subpart 9.5, Organizational and Consultant Conflicts of Interest, and agrees to avoid, neutralize or mitigate such conflicts of interest in accordance with the principles set forth in the FAR. 20.2. If performance of any SOW requires the contractor (to include subcontractors) to supply technical support related to systems or projects with which the contractor is already directly concerned, either by prime or subcontract, the contractor shall inform the Contracting Officer immediately. The SOW may be withdrawn if a conflict is found. The Contractor shall not undertake performance of any SOW which requires it to supply technical support regarding such systems until the notice is given, and written consent to proceed is issued by the Contracting Officer.
 
Record
SN00943407-W 20051204/051202211525 (fbodaily.com)
 
Source
FedBizOpps 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.