Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
SOLICITATION NOTICE

Y -- PERMANENT HOUSIN CONSTRUCTION, AMERICAN SOMOA - ATTACHMENTS

Notice Date
8/31/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236115 — New Single-Family Housing Construction (except Operative Builders)
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Disaster Assistance Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washingotn, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-10-R-0144
 
Archive Date
9/22/2010
 
Point of Contact
OLIVER LESTER, Phone: 684-252-1352
 
E-Mail Address
OLIVER.LESTER@FEMA.GOV
(OLIVER.LESTER@FEMA.GOV)
 
Small Business Set-Aside
N/A
 
Description
PROJECT SCHEDULE PERMANENT HOUSING CONSTRUCTION SITE MAP SITE VISIT SCHEDULE 35 CONSTRUCTION SITES PHASE 2 DAVIS BACON WAGE DETERMINATION This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Permanent Housing Construction in American Samoa. Request for Proposal HSFEHQ-10-R-0144 is in accordance with FAR Part 15 Contracting by Negotiation. The announcement/solicitation is unrestricted and constitutes the only solicitation document that will be issued. The Period of Performance for this requirement will be 10 months from the date of the Notice to Proceed. For requirements see attached RFP and attachments. Drawings must be requested as they are hardcopy only. This solicitation is issued pursuant to the Robert T. Stafford Act, 42, U.S.C. 5150 and FAR Part 26.2 Disaster or Emergency Assistance Activities and is restricted to entities residing and primarily doing business in the Presidentially declared area of American Samoa DR-1859-AS. Declaration can be viewed at www.fema.gov. Offerors are required to be CCR (Central Contractor Registration; www.ccr.gov) registered and maintain active registration through the contract's Period of Performance. In addition, offerors must comply with FAR 52.213-3(b)(1)(2), offeror must complete annual representations and certifications electronically via ORCA ( http://orca.bpn.gov ). All proposals submitted in response to HSFEHQ-10-R-0144 shall remain valid for sixty (60) days to accommodate possible legal reviews. The Government intends to award without discussions. However, if the Government determines that negotiations are necessary, the Government reserves the right to hold discussions, in such a case, the Government will first establish a competitive range based on proposals that have been determined to be technically acceptable. The Government intends to make a single award but reserves the right to make multiple awards of differing quantities if it is more advantageous to do so. If there are multiple proposals submitted for differing quantities as identified on the 1st page of the solicitation (SF 1442), the Government reserves the right to award to the firm with the price that has been determined to be most advantageous to the Government based on the quantities of houses proposed on. Award shall be made to that offeror (or offerors) whose proposal, conforming to this solicitation, is determined to be in the best interest to the Government. INSTRUCTIONS TO OFFERORS - A. Communication concerning request for proposal: Only Oliver Lester, Contracting Officer may be contacted regarding this solicitation. Communication concerning this solicitation with any other Government personnel, including contractor support personnel, is prohibited unless specifically authorized elsewhere herein. If such contact occurs, the Offeror making such contact may be excluded from award consideration. B. Questions regarding Request for Proposal: Questions, if any, may be submitted via email to OLIVER LESTER, oliver.lester@dhs.gov by FRIDAY, September 10, 2010 by 1:00 p.m. Local Time, to ensure a timely response. All questions, if any, will be complied into one document and distributed to all solicitation responders. C. Delivery of Proposal: Proposals shall be submitted to the location set forth below no later than 12:00 p.m. Local Time on WEDNESDAY, SETEMBER 22, 2010. Hand carried proposals and proposal delivered by express mail will be accepted Monday through Friday, except on Federal Holidays. Hand Delivery and Express Mail address: DHS/FEMA, ATTN: OLIVER LESTER, ROUTE ONE, OTTOVILLE ROAD, PAGO PAGO, AS 96799. Offeror shall provide an original and two copies of their technical proposal, original and one copy of the price proposal. Proposal shall be marked with RFP number HSFEHQ-10-R-0144. A cover letter signed by the company representative may accompany the proposal to set forth any information that the offeror wishes to bring to the Government's attention. D. Proposal Preparation Cost: This solicitation does not commit the Government to pay any costs incurred in the submission of any proposal or in making necessary studies for the preparation thereof. The solicitation does not commit the Government to procure or contract for said services. The Contracting Officer is the only individual who can commit the Government to the expenditure of public funds in connection with the proposed procurement. The Government reserves the right to make contract award without holding discussions. E. General: The Government will not pay any offeror for preparation of a proposal. Offerors are expected to examine the entire solicitation document. Failure to do so will be at the offeror's own risk. The proposal must be submitted in two physically separate documents and identified as TECHNICAL PROPOSAL and PRICE PROPOSAL. Each of the documents must be separate and complete in itself so that each document volume may be evaluated concurrently and independently. F. Site Visit/Pre-Proposal Conference: A Site visit/Pre-Proposal Conference is scheduled for SETEMBER 7, 8, and 9, 2010 AT 9:00 am (American Samoan time. See Attachment-3). Interested parties shall meet at the FEMA office located at Route One, Ottoville Road, Pago Pago, American Samoa.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/OAMOPSDA/HSFEHQ-10-R-0144/listing.html)
 
Place of Performance
Address: AMERICAN SOMOA, American Samoa, United States
 
Record
SN02261629-W 20100902/100831235344-c905a81c6010ccb216f363711d1eb059 (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.