Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2008 FBO #2554
SOLICITATION NOTICE

X -- Office Space

Notice Date
11/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-09-Q-00031
 
Archive Date
12/10/2008
 
Point of Contact
Mario Bejarano,, Phone: 202-447-5577
 
E-Mail Address
mario.bejarano@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Request for Quotation Number is HSHQDC-09-Q-00031. This solicitation and consequent contract award incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-27. This acquisition is not set aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 531120 and the Size Standard for this NAICS code is $7M. The Department of Homeland Security, Office of Procurement Operations (DHS-OPO), has a requirement for office space/workstations in Washington, DC. Requirement is for one (1) office space to accommodate twelve (12) persons and one (1) document storage space. The requirements for the spaces are as follows: spaces must be in Washington, DC in a building with 24/7 secured access and within four (4) blocks of a metro station. Spaces must be secure but accessible after normal business hours and on weekends with appropriate key, keycard, fob, etc. Office space must have sufficient space for twelve (12) workstations and must be fully furnished (desks, chairs, filing cabinet, etc.), have three (3) telephone handsets without long distance capability and have internet access for each workstation. In addition to the workstation spaces, a document storage space with bookshelves and a large locking file cabinet is required in the immediate vicinity of the workstation spaces. The document storage space must be secure and capable of housing a large number of documents, but does not require telephones, internet access, or any furnishings other than the bookshelves/file cabinets. Occasional use of a conference room for briefings and meetings will be required. The period of performance for the requirement will be from December 8, 2008 through February 7, 2009, with options for two (2) additional months through April 7, 2009. Evaluation Criteria: The Government intends to issue a firm fixed price award to the responsible offeror whose proposal conforming to this synopsis/solicitation will offer the best value to the Government, price and other factors considered. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors - Commercial applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The solicitation will be evaluated using the following three (3) criteria: 1) Technical Proposal: The technical proposal should include details describing the contractor's ability to provide the service requirements listed in this notice. 2) Price Proposal: Prospective contractors shall include a breakout by space/room, as well as a monthly total cost. 3) Site Visit: Government personnel will conduct a site visit to examine overall quality of the space, including, but not limited to, security, distance from metro, and proximity of offices to one another and the document storage room. The U.S. Department of Homeland Security is a tax-exempt entity; prospective contractors should not include taxes in their price proposals. Your technical proposal should be limited to 5 pages. There are no page limitations to the price proposal. The provision at 52.212-3, Offeror Representations and Certifications applies to this solicitation. If the offeror has completed the annual representations and certifications electronically at the http://orca/bpn.gov website, the offeror shall complete and submit only paragraph (j) of 52.121-3. The offeror must have a current profile in the Online Representations and Certifications (http://orca/bpn.gov) prior to award. Per 52.204-7, Central Contractor Registration, the offeror must be registered in Central Contractor Registration (www.ccr.gov) before award. The following FAR and Homeland Security Acquisition Regulation (HSAR) clauses and provisions are applicable unless otherwise noted: 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. The following clauses in 52.212-5 are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-3, Convict Labor; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.22-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-39, Notification of Employee Rights concerning Payment of Union Dues or Fees; 52.222-19, Child Labor- Cooperation with Authorities and Remedies; 52.223-6, Drug Free Workplace; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer; Central Contractor Registration; 52.247-34 FOB Destination; HSAR 3027-404, Basic Rights in Data; 3052-204-71, Contractor Employee Access; 3052-209-70, Prohibition on Contracts with Corporate Expatriates; 3052-242-71; Dissemination of Contract Information. These provisions and clauses may be accessed via the World Wide Web at: www.acquisition.gov/far and www.dhs.gov. Failure to provide the information required may result in the proposal not be evaluated or further considered. Quotes are due no later than 10:00 am (EST) November 25, 2008. Quotes shall be submitted via e-mail in a Word, or Excel format to mario.bejarano@dhs.gov. Technical questions regarding this requirement must be submitted via e-mail to mario.bejarano@dhs.gov no later than 12:00 pm (EST), November 24, 2008. Site visits may be scheduled upon receipt of quotes. Questions received after the submission date will not be addressed. All quotes must also include 1) Company Information (address, telephone number, point of contact, and nearest metro stop); 2) Tax Identification Number; 3) Dun & Bradstreet Number; 4) Completed and signed copy of FAR 52.212-3, Representations and Certifications. Point of Contact Mario Bejarano, Contract Specialist, Phone (202) 447-5577, Fax (202) 447-5545, e-mail mario.bejarano@dhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eba0585017b47a4a1eea09ac299548b6&tab=core&_cview=1)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN01708916-W 20081123/081121215747-eba0585017b47a4a1eea09ac299548b6 (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.