Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
DOCUMENT

M -- Commercial Facilities Management (CFM) - Amendment 7

Notice Date
9/2/2008
 
Notice Type
Amendment 7
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Metropolitan Service Center (WPD), 7th & D Streets, S.W., Room 7919, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS-11P-08-YED-0116
 
Response Due
9/5/2008 2:00:00 PM
 
Point of Contact
Trish Ludlow,, Phone: 202-208-0029, Marisol Vargas-Busch,, Phone: 202-219-2469
 
E-Mail Address
trish.ludlow@gsa.gov, marisol.vargasbusch@gsa.gov
 
Small Business Set-Aside
8a Competitive
 
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 in this notice and file attachments. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. In order to comply with the Debt Collection Improvement Act of 1996, ALL CONTRACTORS must be registered with the Central Contractor Registration (CCR) to be considered for an award of a Federal contract; the web site for registration is www.ccr.gov. Additionally, each offeror must obtain, and provide with their proposal, their nine-digit Dun and Bradstreet (DUNS) number. ii) GS-11P-08-YED-0116 is issued as an request for proposals (RFP). A Firm-Fixed Price (FFP) IDIQ Requirements contract is contemplated. (iii) This solicitation document incorporates clauses and provisions in effect through Federal Acquisition Circular 2005-27. This solicitation and contemplated contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Full text of all clauses and provisions may be accessed electrically at: www.arnet.gov. (iv) This is a 100% set-aside for small business concerns expressly certified by the Small Business Administration (SBA) for participation in the SBA’s 8(a) Program and is solicited under NAICS 561210. The small business size standard for this NAICS is $32.5M. Also include a statement regarding the Small Business Competitiveness Demonstration Program, if applicable. (v) Please see pages 9 through 28 of the solicitation titled “Supplies or Services and Prices” for the list of contract line item number(s) and items and estimated quantities (including option(s) for this requirement. (vi) The contractor shall furnish all the necessary personnel, material, equipment, services, and facilities (except as otherwise specified) to successfully perform the required Commercial Facilities Management (CFM) services. Please see attached solicitation for the scope of work and full specifications. (vii) Anticipated period of performance is December 1, 2008 through November 30, 2009 (not including the four (4) option periods if exercised) for CFM services at the Harvey W. Wiley (MD0334ZZ) building in College Park, MD. (viii) 52.212-1, Instructions to Offerors—Commercial and addendum, applies to this acquisition. (ix) 52.212-2, Evaluation—Commercial Items with the following factors shall be used to evaluate offers: 1. Past Performance; 2. Key Personnel (Qualifications: Performance, Experience, and Education) ; 3. Prior Experience; 4. Management Capabilities/Quality Control Plan. Technical and past performances, when combined, are significantly more important when compared to price. The government will make award to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the government, considering price and the technical factors. Please see attached solicitation for detail. (x) A completed copy of 52.212-3, Offeror Representations and Certifications—Commercial Items, shall be submitted with proposal if not available through ORCA at: https://orca.bpn.gov/. (xi) 52.212-4, Contract Terms and Conditions—Commercial Items and addendum, applies to this acquisition. (xii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items, applies to this acquisition. Please see attached solicitation for additional FAR clauses and provisions applicable to this acquisition. (xiii) Please review solicitation requirement(s) and terms and conditions and insurance requirements determined necessary for this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable. (xv) All responsible sources may submit a proposal which shall be considered by the agency. Offers must be submitted in writing to General Services Administration, National Capital Region, Bid Room, 301 – 7th and D Streets, SW, Room 1065, Washington, DC 20407, by August 11, 2008, no later than 2PM Eastern Time. Facsimile or electronic offerors will not be accepted. Prices proposed are to remain effective for 60 days after close of solicitation. Contractors are encouraged to register with the FedBizOpps vendor notification service. (xvi) Potential offerors may direct all inquiries pertaining regarding this solicitation in writing to Trish Ludlow at Trish.Ludlow@gsa.gov. Telephonic requests will not be honored.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d0cbbaf08476e75cbeaaa50c7fe4a0ea&tab=core&_cview=1)
 
Document(s)
Amendment 7
 
File Name: Amendment No. 0007 (08-YED-0116_0007amendment 2008-09-02.pdf)
Link: https://www.fbo.gov//utils/view?id=f64f45d0e89e24f2d6d9eeba32629da1
Bytes: 92.55 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: Harvey W. Wiley Building, 5100 Paint Branch Parkway, College Park, Maryland, 20740-3835, United States
Zip Code: 20740-3835
 
Record
SN01657455-W 20080904/080902221725-d0cbbaf08476e75cbeaaa50c7fe4a0ea (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.