Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2008 FBO #2361
SOLICITATION NOTICE

X -- Class A Executive Office Space- Turn Key

Notice Date
5/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532310 — General Rental Centers
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS01-08-P-RES283
 
Point of Contact
Rebecca L Leake,, Phone: 571-227-2861, Antoinette M Glover,, Phone: 571-227-2138
 
E-Mail Address
Rebecca.Leake@dhs.gov, antoinette.glover@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Transportation Security Administration Class A Executive Office Space Turn Key New Jersey HSTS01-08-C-RES283 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. This announcement constitutes the only solicitation; quotes are being requested at this time and a written solicitation will not be issued. This solicitation, HSTS01-08-Q-RES283, is issued as a Request for Quotation (RFQ). This procurement will be conducted using the Transportation Security Administration Acquisition Management System (TSAAMS). Interested parties may learn more about the Acquisition Management System at http://fast.faa.gov. TSA is exempted from the Federal Acquisition Regulation (FAR) by the Aviation and Transportation Security Act (ATSA Public Law 107-71) and empowered to use TSAAMS by the same authority. This solicitation is unrestricted. The associated NAICS industry group code is 532310- GENERAL RENTAL CENTERS. TSA requires a “turn-key” solution for Class A Executive Office Space within a twelve (12) miles radius of Manalapan, New Jersey or in one of the following cities: New Brunswick, Freehold, or Red Bank. AGENCY ADDRESS: Transportation Security Administration, Office of Real Estate Services, TSA-25, 601 South 12th Street, Arlington, Virginia 22202. AGENCY MISSION: The Transportation Security Administration protects the nation’s transportations systems to ensure freedom of movement for people and commerce. AMOUNT AND TYPE OF SPACE: The Transportation Security Administration (TSA) is interested in 100 to 250 square feet of Class A Executive Office space, available for use for one government employee. Class A space is a classification used to describe buildings that generally qualify as extremely desirable investment-grade properties. Such buildings are well located and provide efficient tenant layouts as well as high quality. These buildings contain modern mechanical systems, and have above-average maintenance and management as well as the best quality materials and workmanship in their trim and interior fittings. The Offer shall 1) be Class A space as required, 2) be within the square footage range to be considered, 3) be in compliance with all of the Government’s requirements set forth herein. Space shall be in an office district with attractive, professional surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use. The office space shall be lockable. The office space shall be fully furnished which includes: one desk, one task chair, one credenza, and one guest chair. The office space shall have phone and fax lines. The office space shall have a high speed internet connection. All utilities shall be included. Janitorial services shall be provided during normal working business hours and shall include supplies at no additional cost. One secured parking space shall be provided. The space shall be either in a garage or guarded area. AREA OF CONSIDERATION: The office space offered to the Government in conjunction with this requirement shall be located within a twelve (12) miles radius of Manalapan, New Jersey or in one of the following cities: New Brunswick, Freehold, or Red Bank. TERM: Offerors shall submit a price proposal for a one (1) year fixed term for the Class A Executive Office space (per month/location) which includes all costs. TSA shall have 120 day cancellation rights. OFFER DUE DATE: Offers are due by May 19, 2008 at 2:00 PM Eastern Standard Time. Contractor shall provide access to the space for the Government to install any requisite information technology. INSTRUCTIONS TO OFFERORS: Offers shall be submitted via electron mail or facsimile to the authorized TSA Representative as follows: Transportation Security Administration, ATTN: Rebecca Leake Kruse, (571) 227- 1372 (fax) or Rebecca.Leake@dhs.gov. The Offeror’s submission shall include a narrative explaining how the proposed offeror meets the requirements of this solicitation. Attachments: (1) Rate Structure: Rate should be presented in a fixed cost per square foot to include all costs, (2) Representations and Certifications, (3) Any other information (such as a fact sheet, 5” wide x 3” high or larger color photograph, location map) in order for the Government to perform a complete and adequate analysis of the required property in relation to the specification requirements. Such information may also be requested by the Government, and in such circumstances, shall be submitted by the offeror within 5 working days of the request. Offerors’ responses shall include a completed copy of the representations and certifications with their submission. Offerors may obtain copies of the representations and certifications by submitting a request via e-mail to Contract Specialist, Rebecca Leake Kruse at Rebecca.Leake@dhs.gov, or by accessing the following URL: http://www.acquisition.gov/far/current/html/52_212_213.html#wp1179194 Offerors may elect to utilize the Online Representations and Certifications Application (ORCA) available at https://orca.bpn.gov/. Offerors using ORCA do not have to provide separate representations and certifications with their proposal. However, they must ensure that all required information is accurate and available on ORCA and they must state they have elected to utilize ORCA to comply with the solicitation. All questions shall be submitted electronically by May 15, 2008 at 9:00 A.M. EST. Submissions are to be sent to both the Contracting Specialist (Rebecca Leake Kruse) at Rebecca.Leake@dhs.gov and the Contracting Officer (Antoinette Glover) at Antoinette.Glover@dhs.gov. All questions shall be answered via an amendment to the solicitation. The offeror acknowledges the requirement that a prospective offeror shall be registered in the Central Contractor Registration (CCR) database prior to award, during the performance through final payment of the contract resulting from this solicitation. Registration can be completed at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757 for registration assistance. AWARD DETERMINATION Selection and award shall be made to that offeror whose offer will be most advantageous to the Government. The most advantageous offeror shall meet all the specifications of the requirement, is responsible, and has the lowest price. PRICE STRUCTURE A.Each offeror shall specify the floor and location of the space offered. The rate offered shall be flat. B.Offerors shall submit a single proposal offering the space at a constant price. C.The offered rates for firm and option periods shall include the Offeror maintaining the premises in “good repair and tenantable condition”. If replacement is, or becomes necessary, such replacement must be of no less than same quantity or functionality to the existing space or items contained therein. D.In the event the Government exercises an option, the cost payable by the Government throughout the term shall be the rate offered by the Offeror under this Solicitation and accepted by the Government. CLAUSES: The following TSA Clauses are in effect: The following clauses are hereby incorporated by reference with full force and effect. The complete text can be found at http://www.tsa.gov/join/business/business_tsaams.shtm TSA Acquisition Management System (TSAAMS). Each clause is listed in alphabetical order. 3.2.2.5-4 Contract Terms and Conditions-Commercial Items 3.2.4-34 Option to Extend Services (April 1996) 3.3.1-17 Prompt Payment 3.3.1-14 Limitation of Funds (Feb 2003) 3.3.1-25 Mandatory Information for Electronic Funds Transfer (EFT) Payment –Central Contractor Registration (CCR) (Feb 2006) 3.7-2 Privacy Act (Feb 2003) 3.6.2-28 Service Contract Act of 1965, as Amended 3.9.1-1 Contract Disputes 3.9.1-2 Protest After Award 3.9.1-3 Protest 3.10.1-22 Contracting Officer’s Technical Representative The following clauses are hereby incorporated and attached in full text with full force and effect. # Pending Submission of Invoices (Sept 2006) # Pending Preparation of Invoices (Feb 2006) 3.2.2.5-2 Evaluation-Commercial Items (February 2003) 3.10.1-10 Stop-Work Order- Facilities (February 2003) TSAAMS (# pending) SUBMISSION OF INVOICES (Feb 2006) (a) The Transportation Security Administration (TSA) partners with the United States Coast Guard Finance Center for financial services in support of TSA operations, including the payment of contractor invoices. Therefore, all contractor invoices must be submitted to, and will be paid by, the U.S. Coast Guard Finance Center (FinCen). (b) Invoices may be submitted via U.S. Mail, electronic mail, or facsimile. Contractors shall utilize ONLY ONE method per invoice submission. The submission information for each of the three methods is as follows: (1) U.S. Mail: United States Coast Guard Finance Center TSA Commercial Invoices P.O. Box 4111 Chesapeake, VA 23327-4111 (2) Electronic Mail: FIN-SMB-TSAINVOICES@uscg.mil (3) Facsimile: 757-413-7314. Facsimile submissions should be addressed to TSA Invoices. (c) The electronic mail address and facsimile number listed above shall be used by contractors for ORIGINAL invoice submission only. If either electronic mail or facsimile submission is utilized, contractors shall not submit hard copies of invoices via the U.S. mail. It is the responsibility of the contractor to verify that invoices are received, regardless of the method of submission used. Contractors may inquire regarding the receipt of invoices by contacting the U.S. Coast Guard Finance Center via the methods listed in subparagraph (e) of this clause. (d) Upon receipt of contractor invoices, FinCen will electronically route invoices to the appropriate TSA Contracting Officer’s Technical Representative and/or Contracting Officer for review and approval. Upon approval, the TSA Contracting Officer will electronically route the invoices back to FinCen. Upon receipt of approved invoices from a TSA Contracting Officer, and the subsequent certification by an Authorized Certifying Official, FinCen will initiate payment of the invoices. (e) Payment Status: Contractors may inquire on the payment status of an invoice by any of the following means: (1) Via the internet: https://www.fincen.uscg.mil/secure/PH_menu.htm (2)Contacting the FinCen Customer Service Section via telephone at (757) 523-6940 (Voice Option #1). The hours of operation for the Customer Service line are 8:00 AM to 5:00 PM Eastern Time, Monday through Friday. However, the Customer Service line has a voice-mail feature that is available 24 hours per day, 7 days per week. (3) Via the Payment Inquiry Form https://www.fincen.uscg.mil/secure/payment.htm TSAAMS (number pending) PREPARATION OF INVOICES (Feb 2006) (a) Invoices shall include the information required in subparagraph (a)(2) of the Prompt Payment Clause, contained in this Section of the Contract, including EFT banking information, Taxpayer Identification Number (TIN), and DUNS number. (b) Invoices that fail to provide the information required by the Prompt Payment Clause may be rejected by the Government and returned to the Contractor. Such rejection by the Government does not entitle the Contractor to interest payments from the date of submission of a rejected invoice. Interest payments apply only to proper invoices that are received by the Government. (c) Supplemental Invoice Documentation: Contractors shall submit all supplemental invoice documentation (e.g. copies of subcontractor invoices, travel vouchers, etc) necessary to approve an invoice along with the original invoice. The Contractor invoice must contain the information stated in the Prompt Payment Clause in order to be received and processed by FinCen. Supplemental invoice documentation required for review and approval of invoices may, at the written direction of the Contracting Officer, be submitted directly to either the Contracting Officer, or the Contracting Officer’s Technical Representative. TSAAMS 3.2.2.5-2 Evaluation-Commercial Items (February 2003) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Low Price Technical and past performance, when combined, are ____N/A__________. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 3.10.1-10 Stop-Work Order--Facilities (February 2003) (a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the acquisition, construction, or installation work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall, at Government expense, immediately comply with its terms and take all reasonable steps to minimize the incurrence of cost allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop-work order is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either- (1) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the termination provisions clause of this contract. (b) If a stop-work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery completion schedule, the estimated cost, or both, and the contract shall be modified, in writing, accordingly, if-- (1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon a proposal submitted at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order is terminated, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) An appropriate equitable adjustment may be made in any related contract of the Contractor that provides for adjustment and is affected by any stop-work order under this clause. The Government shall not be liable to the Contractor for damages or loss of profits because of a stop-work order issued under this clause.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=17c5413d019b88fb7b4f9feb63d9f066&tab=core&_cview=1)
 
Place of Performance
Address: The office space offered to the Government in conjunction with this requirement shall be located within a twelve (12) miles radius of Manalapan, New Jersey or in one of the following cities: New Brunswick, Freehold, or Red Bank., United States
 
Record
SN01571337-W 20080514/080512220230-17c5413d019b88fb7b4f9feb63d9f066 (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.