Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2010 FBO #2986
SOLICITATION NOTICE

X -- Lease or Rental of Facilities

Notice Date
1/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531130 — Lessors of Miniwarehouses and Self-Storage Units
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
W911W4-10-T-0033
 
Response Due
1/29/2010
 
Archive Date
3/30/2010
 
Point of Contact
Charles R Dunaway, 703-428-4466
 
E-Mail Address
HQ USAINSCOM, Directorate of Contracting
(charles.dunaway@us.army.mil)
 
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 and a written solicitation will not be issued. The Solicitation number is W911W4-10-T-0033. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-31 and DFARs Change Notice (DCN) 2008-08-12. NAICS is 531130 and the size standard is $25,500.000.00 dollars; This acquisition is a 100% small business set aside. The U.S. Army Intelligence & Security Command Directorate of Contracting is seeking to lease the following.; ITEM: Rental of storage space for a twelve-month period, plus two option years. Building shall be 5 x 10 square feet, constructed of cinder block walls and concrete floors with a composition roof. Building shall have front and rear entry, with roll-up commercial doors for ease of access. Building shall be environmentally controlled and secured with an entry detection system, guard, gated or fenced. The building shall have adequate light inside and outside of the building. The building shall have a minimum 8 feet high ceiling. The building shall be located in the Alexandria VA area and not more than 25 miles outside (preferably 10 miles) the following address: 8825 BEULAH STREET, FORT BELVOIR, VA 22060 due to the customer needing to make periodic visits to the building. Electrical is to be provided as part of the square footage cost. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB destination Fort Belvoir, Alexandria, VA 22060. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: http://www.ccr.gov/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. The following provisions and clauses apply: Clause 52.211-6 Brand Name or Equal, Provision 52.212-1, Instructions to Offerors--Commercial; Clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: Lowest price technically acceptable offer; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33 Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program: Offers are due at the U.S. Army Intelligence & Security Command, Directorate of Contracting, 6359 Walker Lane, Alexandria, VA 22153 not later than January 29, 2010 at 1 pm EST. E-mail address: charles.dunaway@mi.army.mil Contracting Office Address: 6359 Walker Lane Alexandria, VA 22153 United States Primary Point of Contact.: Charles R Dunaway charles.dunaway@mi.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC01/W911W4-10-T-0033/listing.html)
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
Zip Code: 22060-5246
 
Record
SN02048956-W 20100127/100125234535-36a069ca0478cf4802d46971f56be73d (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.