Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
MODIFICATION

X -- Self-Storage Units

Notice Date
8/24/2010
 
Notice Type
Modification/Amendment
 
NAICS
531130 — Lessors of Miniwarehouses and Self-Storage Units
 
Contracting Office
United States Marshals Service, 9th Floor, CS3, SA, FSD, 2604 Jefferson Davis Highway, Alexandria, Virginia, 22301, United States
 
ZIP Code
22301
 
Solicitation Number
DJMS-10-Q-0261
 
Archive Date
8/31/2010
 
Point of Contact
Carolyn Hendrick, Phone: 202/353-8350
 
E-Mail Address
carolyn.hendrick@usdoj.gov
(carolyn.hendrick@usdoj.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial item service prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number DJMS-10-Q-0261 is issued as a request for quotation 100% small business set aside. The North American Industry Classification System Code (NAICS) is 531130. Objectives: The USMS intends to lease commercial mini warehouses /Self Storage Units to function as the USMS warehouse. Location: Location is essential to the efficiency and security of the USMS warehouse operation. Warehouse staff must be able to remove materials and deliver to five separate headquarters facilities multiple times per day. The storage space must be within a 1-mile radius of 2604 Jefferson Davis Hwy., Alexandria, VA. Specifications: Self-storage space must fit the following specifications: 1. Total space 2100 square feet (may be contiguous individual units of at least 700 sq ft each (20'X35'); 2. Loading dock for truck delivery; 3. Ceiling height = 13' minimum; 4. Storage space should be located in a quality building of sound and substantial construction, in good repair and maintained to be free of pests, and water damage. Moving allocation: Contractor must pay all moving expenses to relocate equipment and materials from 2320 Oakville St., Alexandria, VA 22301. Security: USMS will provide locks to secure bay doors and interior storage room. USMS will also install and maintain any allowable security cameras or alarms at USMS expense. USMS staff and contractors with daily access will be made known to the landlord. Access by any other parties will be prohibited. Landlord shall have the right to enter into and upon the Leased Premises without prior notice to Tenant whenever Landlord believes that any hazardous condition has been created, or is occurring in the unit, for the purpose of inspecting the condition of or repairing the Leased Space and/or Unit door, for inspections by governmental authorities or in case of an emergency or casualty. Period of Performance: Base Year and One Option Year: Base Year will be from the date of award or the effective date of award and continue for 12 consecutive months. Option I will be for another 12 month period. Contract Line Item Numbers (Clin) The contract schedule contains firm fixed price line items. Only items identified are payable under this contract. CLINS: Base Year -0001 Storage Unit ( 2,100 SQ FT)______________; Relocation Expense (relocate equipment and materials from 2520 Oakville St. Alexandria, VA to proposed facility) $_________; Option I-1001 Storage Unit (2,100 SQ Ft.) ________________. The resulting purchase order shall be awarded on a best value basis and will be firm fixed price. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items - The Government will award a purchase order 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. FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, 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 52.219-28, Post-Award Small Business Program Representative, FAR 52.222-3, Convict Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.239-1, Privacy or Security Safeguards. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a quotation addressed to Carolyn Hendrick, Contracting Officer, at Carolyn.Hendrick@usdoj.gov to be received no later than August 27, 2010 at 2:00pm. The Government reserves the right to make one award or no award at all as a result of this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/USMS/BSDSAT/DJMS-10-Q-0261/listing.html)
 
Place of Performance
Address: U.S. Marshals Service, Procurement Office, FSD, 2604 Jefferson Davis Hwy, Alexandria, Virginia, 20530-1000, United States
Zip Code: 20530-1000
 
Record
SN02252175-W 20100826/100824234903-16133182d3455e07ef3623bef81f22e2 (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.