Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2006 FBO #1700
SOLICITATION NOTICE

X -- Storage Facility

Notice Date
7/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, DC, 20536
 
ZIP Code
20536
 
Solicitation Number
Reference-Number-VLC6MRQ0012A
 
Response Due
7/26/2006
 
Archive Date
8/10/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation, and written copies of this solicitation will not be provided. Quotes are being requested. FOB Destination. The Government intends to award a Firm-Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13. (ii) The reference number is VLC6MRQ0012A. This requirement is issued as a Request for Quote (RFQ) (iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11. (iv) This solicitation is being issued as a 100% small business set-aside. The associated North American Industry Classification System (NAICS) code is 493190, and the size standard is $21,500,000 (v) The Contract Line Item Number and item, quantities, and units of measure are: CLIN 0001 ? Storage Facility for Office Furniture located within a 5-mile radius of 188 Harvest Lane Williston, VT 05495. QTY 12 UNIT OF ISSUE MO UNIT PRICE $_______ TOTAL $ ________ CLIN 1001 ? Storage Facility for Office Furniture located within a 5-mile radius of 188 Harvest Lane Williston, VT 05495. (OPTION YEAR I) QTY 12 UNIT OF ISSUE MO UNIT PRICE $_______ TOTAL $ ________ CLIN 2001 ? Storage Facility for Office Furniture located within a 5-mile radius of 188 Harvest Lane Williston, VT 05495. (OPTION YEAR II) QTY 12 UNIT OF ISSUE MO UNIT PRICE $_______ TOTAL $ ________ (vi) The contractor must provide a secure storage facility of not less than 3500 square feet in size to store office furniture. The facility shall be within a five (5) mile radius of 188 Harvest Lane Williston, VT 05495. The contractor shall provide an electronic web-based inventory management system that will allow for multiple users to access the system and have an immediate inventory of all the furniture stored in the facility. (vii) The term of the contract will be one year. Place of performance: within a five (5) mile radius of 188 Harvest Lane Williston, VT 05495. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (ix) Award will be based on technically compliant low price. (x) ONLINE REPRESENTATION AND CERTIFICATION APPLICATION (ORCA) The Federal Acquisition Regulation was recently amended to require offerors complete Representations and Certifications through ORCA at least annually as of January 1, 2005. The offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the due date. (xi) The clause at 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The clause at 52.203-6 Restrictions on Subcontractor Sales to the Government ? Alt. I (Oct 1995), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (Dec 2001), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Item (Feb 2006); 52.217-5 Evaluation of Options (Jul 1990), 52.217-8 Option to Extend Services (Nov 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000), 52.222-3 Convict Labor (Jun 2003), 52.222-19, Child Labor ? Cooperation with Authorities and Remedies (Jan 2006), 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); 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) (xiii) The following additional clauses are cited: 52.204-7 Central Contractor Registration (Oct 2003) (xiv) Rating under the Defense Priorities and Allocations System (DPAS) ? N/A. (xv) The following notes apply to this announcement: None (xvi) Offers are due no later than July 26, 2006 ? 12:00 Noon EDT at the Department of Homeland Security, Immigration & Customs Enforcement, Office of HQ Procurement, 425 I Street, NW, Room 2208, Washington, DC 20536. No Solicitation document is available. Offerors may fax their offer to (202) 514-3353. Offerors must call (202) 359-3772 to confirm receipt of fax. (xvii) For more information regarding this solicitation please contact Tracy C. Miller, Contract Specialist at 202-353-3772 /Tracy.c.miller@dhs.gov or Victoria D. Short, Contracting Officer, at (202) 514-1959 / Victoria.short@dhs.gov
 
Place of Performance
Address: Williston, VT
Zip Code: 05495
Country: UNITED STATES
 
Record
SN01094823-W 20060723/060721220523 (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.