Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
SOLICITATION NOTICE

99 -- Month-to-month rental of temporary quarters within 15 miles of Chattanooga, Tennessee

Notice Date
3/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
WASO - HPTC - Historic Preservation Training Center Gambrill House4801-A Urbana Pike Frederick MD 21704
 
ZIP Code
21704
 
Solicitation Number
I2724100100
 
Archive Date
3/30/2011
 
Point of Contact
Sheila Rushlow Contract Specialist 3016638206103 sheila_rushlow@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: RECOVERY. Preserve four large commemorative monuments on Lookout Mountain Battlefield CHCH 139685 TAS: 14-1035 and Preserve five large commemorative monuments on Orchard Knob Reservation CHCH 1395684 TAS: 14-1035. 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 included in this notice. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number I2724100100 is issued as an Invitation to Bid (IFB) for a month-to-month rental of temporary quarters consisting of three fully furnished condominium or apartment units with a minimum of two bedrooms and 1.5 baths, or multiple housing units to accommodate six employees in private rooms with no more than two persons sharing a bath beginning on April 19, 2010 and extends through August 19, 2010. Rental unit(s) shall be within 15 miles of Chattanooga, Tennessee. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-40. The North American Industry Classification System (NAICS) is 531311. The Solicitation is unreserved. Rental unit(s) shall include all utilities, including but not limited to: water, sewer, trash pick-up, and local telephone service and satellite or cable television with standard channels. Furnishings shall be sanitary and clean for each room as follows: Bedroom(s): Bed(s) - 1 double or large, table with lamp, chest of drawers, clothes closet, identify if each room contains a closet, one or more set of bed linens for each bedroom and pillows; Bathroom(s): Toilet, sink, tub or shower stall, shower curtain, trash receptacle and one set of towels for each number of occupants; Kitchen: table with chairs, appliances to include: refrigerator, stove, dishwasher, microwave, coffee pot, toaster, dishes to include: plates, cups, and bowls, cooking utensils, pots and pans, trash can and fire extinguisher; Common area: Television, sofa, chairs, coffee table, end table(s) and lighting; Other: electrical service to all rooms, hot and cold water, smoke detectors, vehicular parking for 2 vehicles per unit, washer and dryer. This project is funded by the American Recovery and Reinvestment Act of 2009 (ARRA) and is subject to the reporting requirements of the Act. ARRA Reporting Requirements: In accordance with contract clause 52.204-11 American Recovery and Reinvestment Act - Reporting Requirements, the Contractor is required to register in FederalReporting.gov and report certain information as required by the clause. Reports shall be submitted during the first 10 days after the end of each calendar quarter. To assist you in registering and completing the reporting requirements, the following codes are provided: Treasury Account Symbol (TAS): 14 1035; Awarding Agency Code: 1443; Government Contracting Office Code: 26300; Funding Agency Code: 1443; NAICS Code: 531311. Pricing shall be provided as follows: Total Number of Units, Monthly Rate per unit, Total for each unit for the identified period. Should any deviations and exceptions to the above requirement be taken, the Offeror shall identify in writing with their response. The following provisions and clauses are applicable to this acquisition and are available at http://acquisition.gov/far/index.html. FAR 52.212-1, Instructions of Offerors-Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.212-5, Contract Terms and Conditions, FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service); FAR 52.203-15, WhistleBlower Protections Under the American Recovery and Reinvestment Act of 2009; FAR 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements (Deviation); 52.225-21 Required Use of American Iron, Steel, and other manufactured goods-Buy American Act-Construction Materials; 52.225-22 Notice of Required Use of American Iron, Steel and Other Manufactured Goods-Buy American Act-Construction Materials; FAR 52.225-23 Required Use of American Iron, Steel, and Other Manufactured Goods-Buy American Act-Construction Materials Under Trade Agreements; FAR 52.225-24 Notice of Required Use of American Iron, Steel, and Other Manufactured Goods-Buy American Act-Construction Materials Under Trade Agreements. The Government reserves the right to make award without further discussion. Bids shall be submitted in an original no later than 12:00 p.m. on April 14, 2010 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704. Bids shall include the following information: (1) Provide a brochure with property location, address and photographs for temporary quarters; (2) Pricing in the format outlined above; (2) Completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, or a statement that Annual Representations and Certifications have been done in accordance with FAR 52.204-08. (3) Originally signed copy of Standard Form 1449. FAR 52.212.-3 and Standard Form (SF) 1449 are downloadable at: http://acquisition.gov/far/index.html. For the SF 1449 go to: GSA Forms Library, Standard Forms (SF), SF 1449 Solicitation/Contract/Order for Commercial items. The form is available as either a fillable form or pdf file. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 60 days after the closing date for receipt of proposals. The Government anticipates award of a firm-fixed price contract on or before April 16, 2010. The point of contact for inquiries and clarifications is Sheila Rushlow, Contracting Officer, Telephone Number (301) 663-8206, Extension 103, Facsimile Number (301) 663-8032 or Email address sheila_rushlow@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/I2724100100/listing.html)
 
Place of Performance
Address: Chickamaugua and Chattanooga National Military Park, Chattanooga, Tennessee
Zip Code: 30742
 
Record
SN02107133-W 20100401/100330235621-4ee79787a3c231a13d5f3ea001f7c350 (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.