Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

V -- Temporary housing for the 173d Fighter Wing in Boise Idaho

Notice Date
2/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531311 — Residential Property Managers
 
Contracting Office
Department of the Army, National Guard Bureau, 173 FW/LGC, 173 FW/LGC, Kingsley Field, 223 Arnold Street, Suite 35, Klamath Falls, OR 97603-1937
 
ZIP Code
97603-1937
 
Solicitation Number
W912JV-09-T-7001
 
Response Due
3/6/2009
 
Archive Date
5/5/2009
 
Point of Contact
Jerry Fuls, 541-885-6495<br />
 
Small Business Set-Aside
Total Small Business
 
Description
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; Proposals are being requested. Services, non-personal for lodging in Boise, ID for personnel from the 173d FW for approximately 7 months. All work shall be performed in accordance with the statement of work. This solicitation is 100% set aside for small business. The North American Industry Classification System (NAICS) Code is 531311 with a small business standard of $2.0 million annual gross revenue.STATEMENT OF WORK FOR 173 FIGHTER WING LODGING 1.DESCRIPTION OF SERVICES This Statement of Work (SOW) describes the requirement to provide lodging accommodations for military personnel in Boise Idaho. The contractor shall furnish facilities, furniture, equipment and supplies, management, supervision, and labor to provide lodging as specified herein. Such services shall be provided in accordance with the terms, conditions, and specifications as set forth in this statement of work. 1.2.FACILITIES 1.2.1.The contractor must be capable of providing lodging as specified below: (a)The contractors property and units shall meet or exceed industry standards for appearance and cleanliness. (b)Each unit shall be fully furnished. Bed size shall meet the industry standard for either single or double occupancy as specified.(c)All furnishings and equipment shall be clean and in good working condition. (d)Units must have central heating and air conditioning. (e)All units must be free of pests and rodents.(f)All linens (bed, bath & kitchen) shall be provided (g)A minimum of one parking space must be provided for each resident. 1.2.4.The following utilities will be included in this agreement: Water, Gas, Electricity, Basic Cable, Wastewater, and Trash. 1.2.6.Laundry facilities (washers & dryers) must be available onsite for occupants use. 1.2.7.Individual units shall have secured access.1.2.8.The cost of providing the described lodging, including all utilities and miscellaneous services and supplies, shall be included in the monthly rent charge.1.3 LEASE CONTRACT TERM: The Basic Contract period for the Leasing will be specified at time of contract award.. In this event of a mission change, the government shall provide the vendor with at least a 30 day written notice of cancellation. 1.4SECURITY DEPOSIT The security deposit shall be waived due to the government's self-insured status. The government will be liable for repairs and/or damages caused by negligence, carelessness, accident, or abuse caused within the time the government occupies the apartments. The government will be given the opportunity to inspect and review the repairs and/or damages prior to payment of such charges. Prior to occupancy, a government representative will jointly inventory and inspect the condition of the apartment(s). The apartment manager will prepare a written record detailing the condition of the apartment(s) and any furnishings and appliances. A move out inspection will be conducted with a government representative. 1.5 SAFETY The Contractor shall conduct the operation in strict conformance with all Federal, State, and Local safety requirements. All apartments must meet all appropriate Federal, State, and city safety codes. 1.5 ADDITIONAL SERVICES OUTSIDE THIS CONTRACT The government will not be responsible for or pay for extras charges, such as long distance phone calls, additional upgrades or repairs, additional locks and latches, additional cable TV charges above and beyond what is provided in the monthly rental charge, pet deposits or pet monthly fees, and maid service. Any additional arrangements required by the occupant(s) outside the scope of services identified in this SOW, will be between the individual and the lessee. The lessee must collect any additional charges for these items directly from the individual(s) occupying the apartment(s).Any differences in cost, e.g., upgraded accommodations requested by the individual, must be paid from the individuals own funds before departure. The individual must pay any taxes applicable to such arrangements. The Government is tax-exempt.1.6 Payment will be made in advance of the rental month and is due no later than the 1st of each month. In order to allow for processing time, the vendor must provide an invoice at least 12 days prior to the 1st of each month for which payment is to be made. The following table breaks down the requirement of personnel by month: AprilMayJuneJulyAugustSeptemberOctoberNovember TOTAL57221233232231231230225 April room requirements are as follows: MXG will need a total of 15 rooms 12-19 April and a total of 37 rooms 20-30 April.OPS will need a total of 10 rooms 17-30 AprilSFS will need a total of 2 rooms 22-30 AprilSupply will need a total of 2 rooms 13-30 AprilLGRR will need 1 room 13-30 AprilCE will need a total of 2 rooms XX-30 AprilSC will need a total of 3 rooms 13-30 AprilMay through November are for the entire month.This will be a Best Value procurement. See 52.212-2(a) for criteria. The anticipated award date is 13 March 2009.The Government intends to evaluate proposals and award with out discussions.Proposals can be emailed to jerry.fuls@orklam.ang.af.mil or faxed to 541-885-6600.CLAUSES INCORPORATED BY REFERENCE: 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2008 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items JAN 2009 52.222-50 Combating Trafficking in Persons AUG 2007 52.243-1 Changes--Fixed Price AUG 1987 52.249-2 Termination For Convenience Of The Government (Fixed-Price)MAY 2004 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 CLAUSES INCORPORATED BY FULL TEXT52.204-1 APPROVAL OF CONTRACT (DEC 1989)This contract is subject to the written approval of NGB-ZC-PARC and shall not be binding until so approved.(End of clause)52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)(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:(i)Technical capability of the item offered to meet the Government requirement; a.Distance to work location b.Safety of environment c.Availability and quanity of units d.Cleanliness and upkeep of facility, both interior and exteriore.Amenities available (internet access, gym, pool, etc)(ii)Past Performance (see FAR 15.304)a.Quality of performance b.Customer relations (iii)Price a.Proposed pricing will be evaluated not only to determine if the price is reasonable, alistic and affordable; but also to determine the offerors understanding of the requirements. Technical and past performance, when combined, are approximately equal to price. (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.(End of provision)52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2008)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=68f326c4fb030c9d0a5664522f5aad6d&tab=core&_cview=1)
 
Place of Performance
Address: 173 FW/LGC Kingsley Field, 223 Arnold Street, Suite 35 Klamath Falls OR<br />
Zip Code: 97603-1937<br />
 
Record
SN01755753-W 20090226/090224220628-68f326c4fb030c9d0a5664522f5aad6d (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.