Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
DOCUMENT

E -- "OFF THE LOT" MANUFACTURED HOMES - ATTACHMENT 1

Notice Date
8/8/2008
 
Notice Type
ATTACHMENT 1
 
NAICS
321991 — Manufactured Home (Mobile Home) Manufacturing
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Readiness and Operations Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-08-R-0159
 
Archive Date
9/4/2008
 
Point of Contact
Angela G Meeks,, Phone: 202-646-4195
 
E-Mail Address
angela.g.meeks@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for the commercial buy of approximately 200 and possibly up to 800, off-the-lot”, three-bedroom, single wide manufactured homes. These homes will be used as Temporary Housing Units (THU’s) for residents in the states of Iowa and Indiana. This notice is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This is a “full and open” competition with local preference for vendors in the states of Iowa and Indiana as described in the Evaluation section below. The contracts to be awarded under this combined synopsis/solicitation will be Firm Fixed Price purchase orders. Multiple awards are anticipated, and an award will be made based on technical evaluation and price. This announcement constitutes the only solicitation; proposals are being requested under this notice and a further written solicitation will not be issued. This Solicitation is issued as Request for Proposals (RFP) number HSFEHQ-08-R-0159. The incorporated document, provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. The applicable Northern American Industry Classification (NAICS) code is 321991 and the Standard Industrial Classification code is (SIC) is 5271. If selected for award, the contractor must be able to accomplish the testing requirement and ensure that the THU’s are shipped to designated staging areas 5 days after award of the contract and received at the designated location no later than 7 days after award of the contract. Requirement The Federal Emergency Management Agency (FEMA) has a requirement for approximately 200 single-wide and possibly up to 800; 3-bedroom manufactured homes as specified in the attached specifications (Attachment 1). To meet the requirement for a total quantity of 200 THUs, the government intends to award multiple contracts. However, offerors may propose to sell to FEMA between 1 to 200 units. Selection will be made based on technical acceptance and lowest price. FEMA reserves the right to award more contracts following the initial award(s) if it is necessary acquire more than 200 units. For each contract awarded, each unit must be tested by the vendor for formaldehyde in accordance with standards established by the National Institute for Occupational Safety and Health (NIOSH), and the certified levels must fall below 40 Parts Per Billion (PPB) prior to the Government exercising its option to purchase the unit. Proposal Submission 1.Company Information: The offeror shall provide its business address, the address at which the proposed units are located, its DUNS number, and the name and contact information of the company’s authorized representative to sign the resulting contract if selected for award. The offeror shall also include in this section a list of each unit it intend to sell that includes the unit manufacturer, model and VIN number. 2.Technical: For each unit the offeror intends to propose under this solicitation, the contractor shall provide: a.Interior and Exterior photographs of each unit with the VIN number clearly associated with the unit’s photographs b.A copy of the manufacturer’s specification sheet associated with each unit and the VIN number referenced on each unit’s specification sheet. c.A copy of the manufacturer’s recommended maintenance plan for the respective model proposed. d.A copy of the warranty related to each unit. e.A description of the NIOSH test to be conducted in order to meet the requirements of Attachment 1. 3.Price: For each unit the Contractor proposes to sell, the Contractor must submit a price proposal for the following four (4) Contract Line Item Numbers (CLINs): CLIN 0001 - Testing The Contractor must meet National Institute of Occupational Safety and Health (NIOSH) standards which are included in the specifications. All testing will be performed by the Contractor. Officer located in the IA-PM Office. The THUs shall be tested for the emission of formaldehyde to a level less than 40 Parts Per Billion (PPB). Each unit shall only have a NIOSH 2016 approved test conducted. Unit furniture is to be placed in unit prior to test. No retests will be accepted. The Contractor shall provide copies of the reports to the FEMA COTR on the same day the results are obtained. If the unit successfully tests below 40 PPB, the Contractor shall place a sticker next to HUD data plate that contains the unit VIN #, Date of test, Location of test, AIHA company conducting testing, and test result. Testing shall be completed within five (5) days of award and shall not be repeated if the initial test fails and is above 40 PPB. Option CLIN 0002 – 3-Bedroom, Single Wide Manufactured Home (THU) The Contractor must provide manufactured homes in accordance with the product specifications and delivery schedule included in this solicitation. Options to purchase each unit will only be exercised to purchase homes after successfully passing the testing under CLIN 0001. Option CLIN 0003 – Haul/Delivery - Iowa The contractor is responsible for all logistics to perform requirements to units shipped to Iowa, and will remain responsible until final acceptance is executed. The Contractors must be able to deliver the manufactured homes to the government specified staging location in Iowa. Manufactured Homes delivered to Iowa will be staged at 3250 Greyhound Drive, Waterloo, IA 50704. Option CLIN 0004 – Haul/Delivery - Indiana The contractor is responsible for all logistics to perform requirements to units shipped to Indiana and remain responsible until final acceptance is executed. The Contractors must be able to deliver the manufactured homes to the government specified staging locations in Indiana. Manufactured Homes delivered to Indiana will be staged at Heritage Height Mobile Home Park, 2895 Henry Lake Blvd, Taylorsville, Indiana. Accordingly, for each unit proposed by the offeror, the following table shall be completed: VIN: CLINDescriptionProposed Price 0001Testing Option 0002THU Option 0003Haul / Delivery Iowa Option 0004Haul / Delivery Indiana Conditions In accordance with FAR Part 12.6, this award is a “full and open” competition with local preference. Multiple awards are anticipated. Award will be made based upon technical acceptability and price, e.g., technically acceptable, lowest priced. Contractor must deliver units in accordance with the product specifications (Attachment 1). Contractors must be able to ensure that the materials used during construction reduce the levels of formaldehyde emission. Offerors must demonstrate their commitment and ability to furnish, test, and deliver the total number of units immediately available and offered under this solicitation (a minimum of one (1) and up to 200 Single-wide Manufactured Homes) within 7days from the date of the award. The government reserves the right to purchase additional units as required. These THUs must be able to delivered to two (2) government specified locations in Waterloo, Iowa and Taylorsville, Indiana. The final delivery location will be determined upon contract award. The Contractor must meet the aforementioned National Institute of Occupational Safety and Health (NIOSH) standards. These THUs are considered commercially available, therefore none of these THUs will be restricted to any one (1) manufacturer. Evaluation for Awards The offers will be ranked: Acceptable or Unacceptable. Factor 1, Technical Acceptance: The Government will compare the offerors photographs and specification sheets for each unit proposed to determine if the unit complies with the criteria contained in Attachment 1. If all criteria are met, including the contractor’s agreement to conduct an acceptable NIOSH test, the unit will be considered technically acceptable. Failure by the contractor to provide sufficient information to make such a determination will render the proposed unit unacceptable. Factor 2, Price: Price will be evaluated on price reasonableness and realism. The technically acceptable offerors will be ranked from lowest total unit price to highest. For offerors within a 200 mile radius from Waterloo, Iowa or Taylorsville, IN, the total evaluated unit price will be the combination of CLIN 0001; Option CLIN 0002; and the average of Option CLINs 0003 and 0004. In order to provide local preference in making award determinations, for offerors outside of a 200 mile radius from Waterloo, Iowa or Taylorsville, IN, the evaluated total unit price will by the combination of CLIN 0001 times 120%; Option CLIN 0002 times 120%; and the average of Option CLINs 0003 and 0004. This 20% preference factor will be used for evaluation purposes only. If selected for award, the proposed price for CLIN 0001 and Option CLIN 0002 will be used. Award Determination Award of the contracts will be made by ranking the acceptable offerors from lowest to highest total evaluated unit price. Based on the number of units proposed by each offeror, the Government will award as many contracts as necessary to obtain a total purchase quantity of 200 units. The Government reserves the right to make more awards if additional requirements are determined necessary. Acceptance Testing FEMA reserves the right to be visit each contractor during testing of unit. Only units that pass the testing will be deemed acceptable for purchase. All units will have a final acceptance upon delivery to the government designated area. Contractors of units found to be unacceptable upon delivery, will have the option to make necessary repairs to bring into compliance at their expense. Logistics Consideration The contractor is responsible for all logistics to perform this requirement and will remain responsible until final acceptance is executed by the Government. Final acceptance includes the safe delivery of the units to the designated two (2) staging or delivery points, in Iowa and Indiana. Facilities The contractor will furnish all personnel, equipment, material, supplies and services (except as may be expressly set forth in this contract as furnished by the Government) and otherwise do all things necessary to, or incident to, performing and providing the services identified in this requirement. Clauses The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition, if the offeror is proposing open market pricing. Also, if open market pricing is being provided, offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the ORCA website, http://orca.bpn.gov. The following FAR clauses also apply to open market pricing: 52.212-4 "Contract Terms and Conditions--Commercial Items” and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. Applicable clauses incorporated by reference are: 52.204-7, 52.212-4, 52.232-1, 52.232.23, 52.232-25, and 52.243-1. HSAR clause 3052.209-70 “Prohibition on Contracts with Corporate Expatriates” also applies to this award. The aforementioned FAR provisions and clauses can be accessed electronically at http://www.arnet.gov/far and HSAR provisions and clauses may be accessed electronically at http://www.dhs.gov//interwebassetlibrary/DHS_HSAR_With_Notice_04-01.pdf. Questions and Proposal Due Dates Technical and/or administrative questions regarding this solicitation must be emailed to Angela.G.Meeks@dhs.gov by 4:30 p.m. EST, 12th of August 2008. Offerors are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database. Amendments to this RFP will be published in the same manner as the initial synopsis/solicitation. The Government will not pay for any information received. All offerors’ written responses to this RFP are due by 2:00 PM/EST, 08-20-2008 and may be mailed ONLY to The Federal Emergency Management Agency, Office of Acquisition Management, ATTN: Angela G. Meeks, 500 C Street, S.W., PP 5th Floor, Washington, DC 20472. Faxed or emailed proposals WILL NOT BE ACCEPTED. A written notice of award or acceptance of proposal, mailed or otherwise furnished to the successful offeror shall result in a binding contract without further action by either party. The contracts are expected to be awarded on 22 August 2008. **END**
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=846e5db4e848c96cc016e802ecebc6ab&tab=core&_cview=1)
 
Document(s)
ATTACHMENT 1
 
File Name: Attachment 1 - Specifications (finalNewMH (Commercial) 08-08-08.doc)
Link: https://www.fbo.gov//utils/view?id=1f14a772221e4703879909293dcba520
Bytes: 57.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Waterloo, Greyhound Track, 3250 Greyhound Drive, Waterloo, IA 50704, AND;, Heritage Height Mobile Home Park, 2895 Henry Lake Blvd, Taylorsville, Indiana., Waterloo, Iowa, 50704, United States
Zip Code: 50704
 
Record
SN01635005-W 20080810/080808221714-846e5db4e848c96cc016e802ecebc6ab (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.