Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2006 FBO #1546
SOLICITATION NOTICE

X -- Leasing of Facilities in support of Louisiana Unified Hurricane Incident Response Management Team

Notice Date
2/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region V, Acquisition and Assistance Section (MMC-10J), 77 West Jackson Boulevard, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
PR-R6-06-10094
 
Response Due
3/2/2006
 
Archive Date
3/24/2006
 
Description
(i) 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. The announcement constitutes the only solicitation; the government is requesting proposals, and will not issue a written solicitation. (ii) The EPA is issuing a request for proposal (RFP) under solicitation number PR-R6-06-10094. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07. (iv) The NAICS for the acquisition is 531120. The Small Business Size Standard is $6.5M. (v) The Schedule of Supplies/Services is as follows: CLIN Supplies/Services Quantity/Unit Unit Price Amount 0001 Establishment of six month lease for Command Post IAW/Part II, Section 2 of Statement of Work (SOW) 0001AA Pricing for six month lease 6/Months of Command Post 0001AB Option to extend lease of 3/Months Command Post for three months 0002 Establishment of three month Lease of Housing IAW/Part II Section 3 of SOW 0002AA Pricing for three month lease for 3/Months 132 staff personnel IAW Part II Section 3 of SOW) 0002AB Option to Extend Lease of Housing Government may exercise option for three months based on the following incremental quantities of personnel: 50 People $__________ 75 People $__________ 100 People $__________ 132 People $__________ 0002AC Option to Extend Lease of Housing Government may exercise option for three months based on the following incremental quantities of personnel: 50 People $__________ 75 People $__________ 100 People $__________ 132 People $__________ (vi) The EPA is requiring the successful offeror to provide sufficient office, storage, on-site parking space, and housing accommodations for the LA Unified Hurricane Response Incident Management Team. Prospective offerors must propose in accordance with the SOW titled, Statement of Work For Louisiana Hurricane Response Incident Facility. (vii) The successful offeror must provide the availability for occupancy of the command post space and associated housing no later than March 20, 2006. The command post space and associated housing must require, little or no reconfiguration/build-out. The FOB point is Destination (location(s) of command post/housing). (viii) FAR provision 52.212-1, Instruction to Offerors - Commercial, applies to this acquisition. (ix) FAR provision 52.212-2, Evaluation - Commercial Items is applicable. The government is using the following factors to evaluate offers: (i) Delivery: Provide occupancy of the command post and associated housing no later than March 20, 2006; (ii) Technical Capability: Offeror must be able to meet the requirements of the Statement of Work (SOW); (iii) Price. Delivery and technical capability, when combined, are more important than cost or price. (x) Offerors must include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause, 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items applies to this acquisition. Under Section (b) of the clause, the following are applicable to this acquisition: b(14); b(17); b(18); b(19); b(22); b(31). (xiii) The following clauses/provisions are necessary for this acquisition: STATEMENT OF WORK/SPECIFICATIONS (EP 52.210-100) (APR 1984) The Contractor must provide sufficient office, storage, on-site parking space, and housing accommodations to allow maximum operational efficiency of the LA Unified Hurricane Response Team, in accordance with the Statement Of Work titled, Statement of Work for Louisiana Unified Hurricane Response Incident Facility. Part I ? General Information Background Hurricanes? Katrina and Rita devastated the entire southern portion of the State of Louisiana, as well as entire gulf coast areas in Alabama, Mississippi, and portions of Texas. The Federal Emergency Management Agency, assigned the United States Environmental Agency (EPA) as the lead agency, for Emergency Support Function 10 (ESF 10): Hazardous Materials. Supporting federal response to actual or potential releases of oil and hazardous materials. The EPA, along with the United States Coast Guard and the State of Louisiana Department of Environmental Quality, have joined forces to establish a unified command in order to coordinate and control the response effort under ESF 10. The unified command, called the Louisiana Unified Hurricane Response Incident Management Team (IMT), requires a facility/compound and housing for assigned personnel providing support for critical response operations. Scope The contractor must provide sufficient office, storage, on-site parking space, and housing accommodations to allow maximum operational efficiency of the IMT, and associated unified support. Glossary Auditorium - A room, hall, or building used for public gatherings (as defined in Merriam-Webster Online Dictionary) Command Post ? Headquarters for IMT Compound/Facility ? Combination of Command Post and Housing Contracting Officer - KO Geographic Information Systems ? GIS Heating, ventilation and air conditioning system - HVAC Housing ? Hotel, Inn, Motel, Trailer, Recreation Vehicle Louisiana Unified Hurricane Response Incident Management Team ? IMT Normal Driving Conditions ? Defined in Engine Mechanics as ?Conditions encountered on a day-to-day basis that may cause mishaps.? (http://www.tpub.com/content/engine/14081/css/14081_106.htm) Parish ? A civil division in Louisiana, corresponding to a county in other states (as defined in Merriam-Webster Online Dictionary Project Officer ? PO Recreational Vehicle ? RV Sample Packaging - Area where Louisiana Unified Hurricane Response Incident Management Team packages field samples Statement of Work ? SOW United States Environmental Protection Agency ? EPA Part II ? Work Requirements 1. General A. The contractor must comply with the requirements described in this SOW. B. The contractor may receive verbal or written instruction from the contracting officer (KO), or designated project officer(s) (PO), within the SOW. If the PO:  Instructs the contractor to perform a task that the contractor believes is outside the scope of the SOW and/or contract; and/or  Instructs the contractor to perform a task, and the contractor realizes they may incur a cost that is not covered in the contract; The contractor must immediately notify the KO. If the contractor verbally notifies the KO, the contractor must confirm with a written (i.e, e-mail, fax) notification within one business day after verbally notifying the KO. C. The site location must be in one of the following Parishes:  Jefferson  Orleans  Saint Bernard  Saint Charles  Saint John the Baptist D. The contractor must provide the availability for occupancy of the command post space and associated housing no later than March 20, 2006. The command post space and associated housing must require, little or no reconfiguration/build-out at no cost to the Government. E. The contractor must provide, at a minimum, six acres of level land that must support a facility, with a minimum of 35,000 square feet of office space and housing to accommodate a maximum of 132 personnel with one person per private bedroom area. 2. Command Post, Compound/Facility A. The command post must be a single-story occupiable contiguous office space under one roof. At a minimum, the space must contain an auditorium, conference/meeting rooms, restrooms, lockable storage areas and cafeteria/kitchen space. B. The command post must have parking sufficient to accommodate a minimum of 225 vehicles, including various operational pieces of equipment of various sizes (i.e., government-owned or leased vehicles, RVs, boats, emergency response vehicles). Ingress and egress must be sufficient to permit passage of vehicles and equipment. Parking, if not part of the compound itself, must be within a five minute walk of the command post with adequate traffic controls to permit safe pedestrian traffic. C. The facility, housing and parking accommodations must be within a fenced (metal and/or iron and minimum fence height of six feet), well-lighted and secured site that allows a single point of entry. The command post and the housing must be within the same facility/compound. If the command post and housing are not on the same facility/compound, the command post and housing must be located within a five mile radius of each other. D. The required space (command post and housing, if combined) and parking must be easily segregated and secured from adjoining occupied space or parking that may also be a part of a larger compound. E. The facility must be accessible and have operational ability, twenty-four hours per day, seven days per week, including Federal, Local, and State holidays. F. The compound/facilities must provide water, fire protection, sanitary sewer, natural gas, electrical and telephone service. G. The facility/compound must be within a five minute (based on normal driving conditions) response radius for emergency services (fire, police and ambulance). H. The facility/compound must be within ten minutes (based on normal driving conditions) of fuel (gasoline and diesel) stations. I. The facility/compound must be within fifteen minutes (based on normal driving conditions) of major traffic arteries, restaurants, banks and retail establishments to support and facilitate operational efficiency. J. The facility/compound must be within fifteen miles of helipad and airport facilities. K. The facility must be in compliance with all applicable Local, State and Federal building, accessibility and fire codes. L. The contractor must ensure the EPA has the ability to install wireless IT/Telecommunications capability as - 3 T1 lines, 2 for data and 1 for voice; approximately 50 cable drops; dedicated electrical circuit; drop ceilings; no radiant barriers; and satellite cable TV service in all areas of the command post. M. The contractor must ensure there are adequate HVAC systems to support the square footage as well as special ventilation needed for Geographic Information Systems (GIS) capability. N. A receiving/distribution area must be available, with sufficient adjacent site vehicular circulation to allow access by various supply delivery trucks. O. The contractor must provide office space area, furnished with sufficient tables, chairs and desks to accommodate IMT operations. The office space must consist of the following areas:  General staff meetings for a minimum of 50 individuals;  Sample packaging;  Shipping area  Large receiving/supply room;  Office space for media and press operations;  Conference space for 4 simultaneous but separate meetings;  Operations center for 20 people and GIS operations;  Kitchen/cafeteria accommodations for on-site meal preparation;  Dining and coffee break areas;  Office areas for eight individual organizations;  In-processing area for new staff;  Separate and securable room/facilities for IT operations;  Logistics area. The logistics area must include a lockable storage area of no less than 250 square feet with built-in-shelving.  Some spaces may have multi-purpose functions. P. The contractor must provide dumpsters for garbage removal and disposal from facility. The contractor must provide the service, two days a week. 3. Housing A. The contractor must ensure the housing provided will be either a hotel/motel/inn or RVs/trailers, with available accommodations for a maximum of 132 people, with one person per private bedroom area. If housing is provided within the Command Post complex, space must be available to accommodate the number of required RV/trailer units within the secured area. In order to ensure RV/trailers can hook up and provide full restroom/shower capabilities, the contractor must provide utilities such as water, sanitary sewer and electrical services. The complex where RVs/trailers are provided, must be fenced, well lighted and secured with a secured/controlled point of entry for 24hour/seven day access if located apart from the command post. B. The contractor must provide housing availability for occupancy beginning no later than March 20, 2006. Hotel/Motel/Inn rooms must have internet connections. For RV/trailers, the EPA will provide internet access. All housing units must provide TV service, small refrigerator and microwave, adequate HVAC systems. C. If housing is not co-located with facility/compound, the contractor must provide access to parking for a maximum of 132 vehicles; emergency response by fire and/or police within five minutes (based on normal driving conditions) of call; fuel (gasoline and diesel) station within ten minutes (based on normal driving conditions); must be within fifteen minutes (based on normal driving conditions) of major traffic arteries, restaurants, banks and retail establishments to support and facilitate operational efficiency. D. The contractor must ensure hotel/motel or inn facilities are compliant with all applicable Local, State and Federal building, accessibility and fire codes. E. The contractor must clean (service) rooms/RV?s/trailers daily, change bed sheets -at least- weekly or upon personnel rotations. Contractor must have on-site laundry facilities available, or provide weekly individual laundry service. Contractor must provide toilet paper, liquid soap, towels, pillows and bed linens. The contractor must provide dumpsters for garbage removal and disposal from the hotel/motel/inn, RVs/trailers. The contractor must provide the service, two days a week. F. The contractor, upon request, must provide twenty-four hour/seven days a week maintenance/repairs. Part III ? Other Special Information Project Officer Points of Contact: Primary Project Officer Lisa Bokun USEPA Region 6 1445 Ross Avenue, Suite 1200 Mail Code 6MD-OS Dallas, TX 75202-2733 Telephone 214/325-3183 FAX (214) 665-2146 E-mail: bokun.lisa@epa.gov Project Officer Alma Adams-Horvath USEPA Region 6 1445 Ross Avenue, Suite 1200 Mail Code 6MD-OS Dallas, TX 75202-2733 Telephone (214) 665-6423 FAX (214) 665-2146 E-mail: adams.alma@epa.gov William Bradley USEPA Region 6 1445 Ross Avenue, Suite 1200 Mail Code 6MD-O Dallas, TX 75202-2733 Telephone (214) 665-6550 FAX (214) 665-2146 E-mail: Bradley.William@epa.gov PROPOSAL INSTRUCTIONS Offerors must submit the following: 1. Price Proposal Offeror must submit proposal in accordance with ?Schedule of Supplies/Services. Offeror must break out the costs of their proposal. 2. Technical Proposal a. Offeror must address how they will comply with the requirements described in the Statement of Work (SOW). Contractor must provide the physical address(es) of the Command Post/Compound/Facility. Offeror must certify that they will be able to comply with requirements described in the SOW. b. If the facility is not in place (i.e., built), offeror must provide drawings (i.e., schematics, footprint), demonstrating they can meet/perform the following requirements of the SOW:: SOW Section (Paragraph) Description 2(B) Command post must have sufficient parking to accommodate a minimum of 225 vehicles, including various operational pieces of equipment of various sizes. 2(B) Ingress and egress must be sufficient to permit passage of vehicles and equipment. 2(N) A receiving/distribution area must be available w/sufficient adjacent site vehicular circulation to allow access by various supply delivery trucks. 3(A) If housing is not co-located w/facility/compound, the contractor must provide access to parking for a maximum of 132 vehicles. (If applicable) 3(A) Must have accommodations for a maximum of 132 people, with one person per private bedroom area (If applicable). 3(A) If housing is provided w/in the command complex, space must be available to accommodate the number of required RV/trailer units w/in the secured area. c. The government will meet with the offeror at the proposed cite(s) Monday, Tuesday, or Wednesday during the week of March 5th, so the government can evaluate the site. The offeror MUST be available one of the aforementioned days. The government will give offeror one day notice, to schedule the site visit. d. If the offeror has a teaming arrangement (more than one contractor), the offeror must submit the name, address, and primary point-of-contact for each team member (contractor). PERIOD OF PERFORMANCE (EP 52.212-140) (APR 1984) The period of performance of this contract shall be 1. Command Post - March 20, 2006 through September 19,2006 (six months) 2. Housing: March 20, 2006 through June 19, 2006 (three months) If the government exercises all options the period of performance is March 20, 2006 through December 19, 2006. TYPE OF CONTRACT (FAR 52.216-1)(APR 1984) The Government contemplates award of a Firm-Fixed-Price contract resulting from this solicitation. OPTION TO EXTEND TERM OF CONTRACT (FAR 52.217-9)(MAR 1990) a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed nine months. TECHNICAL QUESTIONS (EP 52.215-110)(APR 1984) Offerors must submit all technical questions concerning this solicitation in writing to the contract specialist. EPA must receive the questions no later than 7 calendar days after the date of this solicitation. EPA will answer questions which may affect offers in an amendment to the solicitation. EPA will not reference the source of the questions. PUBLIC COMMUNICATION The contractor must not represent itself as EPA to outside parties. To maintain public trust, and not to mislead the public, the contractor must, when communicating with outside parties, explain that it is an Agency Contractor. When performing work for the EPA, contractor personnel must easily be identifiable to the public as an EPA contractor through use of badges, corporate logos, or other distinguishable credentials. INVOICES -RTP FINANCE The contractor must prepare invoices in original and at least one copy, containing the following information: Contract Number, description of commodities/services furnished, period of performance, taxpayer ID number and amount due. The contractor must submit invoices to the address specified in Block 18 of the contract. For status of invoice payments, call the Financial Office?s Customer Service at (919) 541-0616; FAX (919) 541-4975. The FedX/courier address for invoices: US EPA, RTP-Finance (Mail Drop D143-02), 4930 Page Rd., Durham NC, 27703. Vendors interested in checking the status of payments should use the Department of Treasury?s Payment Advice Internet Delivery (PAID) system. It?s located on the following website, and requires registration: http://www.fms.treas.gov/paid/index.asp. ALTERATIONS IN SOLICITATION (FAR 52.252-3)(APR 1984) Portions of this solicitation are altered as follows: 1. EVALUATION - COMMERCIAL ITEMS (FAR 52.212-1 (JAN 1999) The government is using the following factors to evaluate offers: (i) Delivery: Provide occupancy of the command post and associated housing no later than March 20, 2006; (ii) Technical Capability: Offeror must be able to meet the requirements of the Statement of Work (SOW); (iii) Price. Delivery and technical capability, when combined, are more important than cost or price. If the offeror is unable to provide occupancy of the command post and associated housing no later than March 20, 2006, the government will deem the offeror?s proposal as non-acceptable, making the contractor ineligible for award. The government will conduct an on-site visit at the offeror?s proposed Command Post/Compound/Facility. The government will use an evaluation checklist based on the SOW, to determine if the proposed Command Post/Compound/Facility meets the government requirements. The government will also review the offeror?s drawings (see Provision titled Proposal Instructions). The government will conduct a Pass-Fail evaluation. If the offeror earns a?Yes? on each checklist requirement, the offeror ?Passes? the evaluation checklist. If the offeror earns a ?No? on ONE checklist requirement, the offeror ?Fails? the checklist, and the government will deem the offeror?s proposal as non-acceptable, making the contractor ineligible for award. The government will use a ?weighted average? formula for evaluating contract line item?s (CLIN) 0002AB and 0002AC. a. The government will multiply the quantity for each increment, by the dollar amount entered by the offeror. Example: CLIN 0002AB 50 People x $250 = $12,500 75 People x $200 = $15,000 100 People x $150 = $15,000 132 People x $100 = $13,200 357 People $40,700 b. The government will divide $40,700 by 357.people ($40,700/357 = $114.01). The weighted average is $114.01. c. The government will divide 357 by 4 (357/4 = 89). The average number of people is 89. d. The government will multiply the average number of people, by the weighted average (89 x $114.01 = $10,146.89). The total amount for CLIN 0002AB is $10,146.89. e. The evaluated dollar amount is $10,146.89, for CLIN 0002AB.. 2. OPTION TO EXTEND TERM OF CONTRACT (FAR 52.217-9) a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. The following CLINs are applicable: 0001AB - Three month option period 0002AB - Three month option period 0002AC - Three month option period SOLICITATION REFERENCES INCORPORATED BY REFERENCE (FAR 52.252-1)(FEB 1998) CLAUSES INCORPORATED BY REFERENCE (FAR 52-252-2)(FEB 1998) DEFINITIONS (FAR 52.202-1)(JUL 2004) EXCUSABLE DELAYS - (FAR 52.249-14)(APR 1984) EVALUATION OF OPTIONS (FAR 52.217-5)(JUL 1990) GOVERNMENT DELAY OF WORK (FAR 212.15)(APR 1984) PAYMENTS (FAR 52.232-1)(APR 1984) GOVERNMENT - CONTRACTOR RELATIONS (EPAAR 1552.237-76) (JUL 1999) TECHNICAL DIRECTION - DEVIATION (EPAAR 1552.237-71)(APR 1984) (xiv) Offers are due 4:00 PM, Central Standard Time, March 3, 2006. The address of the contracting office issuing the Notice is: US EPA Region 6 Procurement Section. Offerors may send their proposals: USEPA, Region 6, 1445 Ross Ave, Suite 1200, Attn: 6MD-RP, Dallas, TX, 75202-2733. Offerors may e-mail their proposals to jackson.gene@epa.gov. (xvi) Point of contact regarding the solicitation is Gene H. Jackson, Work (214) 665-6445; Fax (214) 665-8505.
 
Place of Performance
Address: Successful Offeror's Command Post/Compound/Facility,
 
Record
SN00990867-W 20060219/060217212958 (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.