Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
SOLICITATION NOTICE

R -- Corporate Housing in Ontario, CA

Notice Date
4/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531110 — Lessors of Residential Buildings and Dwellings
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NRMJ300-10-09864SRG
 
Archive Date
4/20/2010
 
Point of Contact
Suzanne A Romberg-Garrett, Phone: 303-497-5110
 
E-Mail Address
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Corporate Housing in Ontario, CA (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 included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NRMJ300 10-09864SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 531110. The small business size standard is $7.0 million. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN 0001through CLIN 0005 - Corporate Housing Requirement. This long deployment requires rotating staff in and out of Ontario at various times and since it has been found that corporate housing can provide significant cost savings over hotel accommodations we require contracting for furnished lodging needed between 4/29/2010 till 7/19/2010. Corporate housing is fully furnished and equipped (such as bedding, kitchen utensils). Include insurance, telephone security deposit and utility costs. Provide cleaning service monthly and at end of the rental period. Rooms must have high speed internet. Potential lodging should be within walking or short driving distance (no more than 5 min) to the planned meeting space near D-Str. and Vineyard, in Ontario, CA and within reasonable drive time to the airport facilities at Guardian Jet Center. Such location will reduce the need for several rental cars and save NOAA significant resources. (VI) Description of requirements is as follows: CLIN 0001: QTY 2 - Rental of two (2) one-bedroom condos in Ontario, CA for 54 nights beginning April 30, 2010 for the CalNex 2010 Study. CLIN 0002: QTY 2 - Rental of two (2) two-bedroom, two bath condos, beginning May 14, 2010 for 31 nights in Ontario, CA. CLIN 0003: QTY 2 - Rental of two (2) two-bedroom, two bath condo rentals Ontario CA 80 nights beginning April 30, 2010. CLIN 0004: QTY 1 - Rental of one (1) two-bedroom, two bath, condo in Ontario CA for 55 nights beginning April 29, 2010. These last two apartments need to be in a quiet setting since work schedule for that staff will rotate through the days and that staff will need to be able to sleep during the day. CLIN 0005: QTY 1 - Rental of one (1) two-bedroom, two bath condos Ontario, CA for 54 nights beginning April 30, 2010. These last two apartments need to be in a quiet setting since work schedule for that staff will rotate through the days and that staff will need to be able to sleep during the day. (VII) Period of performance shall be April 29, 2010 through July 19, 2010 as specified in each CLIN. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide descriptive literature, describing qualifications to perform requirements listed in paragraphs (V) and (VI) etc. Include information to describe the following evaluation criteria, paragraph (IX). (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best valve to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Location to airport, quiet setting, amenities, and within 5 minutes walking or short drive to planned meeting spaces near the cross streets of D Str. and Vineyard in Ontario, CA; 2) technically able to meet requirements for room quantities and sizes, and nights specified; 3) Past Performance/References with the same or similar efforts based on examples of previous experience and demonstrated abilities. Vendor will provide a list of two or more reference including contact name, company name, address, phone, and email (if available) for similar work for other customers; and 4) Price. Award will be made to the vendor whose proposal is most advantageous to the Government, cost and other evaluation factors considered. The Government reserves the right to award a contract on the basis of the initial proposals without any negotiations or call for final revisions (Best and Final offer). Vendors are urged to submit their best offer with the original submittal. Potential vendors are to further note that the award will not necessarily be made for capabilities that appear to exceed the Government's minimum requirements for successful performance of the contract. The Government intends to award a firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: same as above (XIII) The following clauses are also applicable to this acquisition: 52.252.2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov (End of Clause) The following additional terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 12:01 P.M. Mountain Standard Time on April 19, 2010. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett. The fax number is (303) 497-7719 and the email address is Suzanne.Garrett@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Suzanne Romberg-Garrett through the email address: Suzanne.Romberg-Garrett@noaa.gov or fax (303) 497-7719.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NRMJ300-10-09864SRG/listing.html)
 
Place of Performance
Address: Chemical Science Division, NOAA, 325 BROADWAY, BOULDER, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN02119905-W 20100415/100413234517-bc3c939c7e700e69fb15aaa528e103c5 (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.