Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
SOLICITATION NOTICE

X -- Storage Space - Package #1

Notice Date
11/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531130 — Lessors of Miniwarehouses and Self-Storage Units
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
11-236-SOL-00003
 
Archive Date
11/30/2010
 
Point of Contact
Irisneia Merscher, Phone: 301-443-5774
 
E-Mail Address
iris.merscher@ihs.gov
(iris.merscher@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Justification. (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. (ii)Solicitation number 11-236-SOL-00003 applies and is issued as a request for quotation (RFQ). (iii) The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. The associated North American Industry Classification System (NAICS) code is 531130 and the business size standard is $25.5 million. The contractor is believed to be the only source that can provide the service for storage requirements within the building that IHS Headquarters occupies. IHS intends to negotiate this requirement under the authority of FAR 13.106-1(b)(1). The sole source procurement will be awarded as a simplified acquisition in accordance with FAR Part 13 procedures. This notice of intent is not a request for competitive proposals. Interested parties who believe they possess the capabilities to satisfy this requirement should submit a capability statement demonstrating their abilities to meet this requirement. All responses should be received by November 15, 2010 at 8AM Eastern Standard Time (EST). All responses must be in writing and can be sent via email to iris.merscher@ihs.gov. No phone calls will be accepted. (iv) The Government requires the use of three (03) Storage space located within the leased building located at 12300 Twinbrook PWY, Rockville. The period intended for this lease is as follow: BASE YEAR: 3 months @ $____ month = $___________________; OPTION YEAR ONE: 12 months @ $_______ per month = $ _____________; OPTION YEAR TWO: 12 months @ $______ per month= $_______________; OPTION YEAR THREE: 12 months @ $______ per month= $_____________; GRAND TOTAL: $____________. (v)Storage space is required in the Twinbrook Metro Building, one of two buildings that IHS Headquarters occupies. (vi) n/a (vii)The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items. It is the Government's belief that only Realty Associates Fund VII, LP, c/o McShea Management Inc can provide the required storage space. Concerns having the expertise and required capabilities to furnish the items are invited to submit complete information discussing the same in duplicate within 5 days of this announcement. This information must include sufficient information to allow the Indian Health Service to evaluate the proposal relative to the above requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. The submission of this data for review shall not impede award of this contract. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii)52.212-2 Evaluation-Commercial Items - Availability and Price are the evaluation factors. Availability is slightly more important than price. This is a commercial item acquisition, evaluation and award procedures in FAR 13.106 apply. Award will be a best value decision and may be made to other than the lowest price. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. (ix)FAR 52.212-3 Offeror Representations and Certifications-Commercial Items are to be submitted with your offers. (x)FAR 52.212-4 Contract Terms and Conditions-Commercial Items apply to this acquisition. (xi)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items. The following clauses listed in 52.212-5 are incorporated: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-3 Convict labor (E.O. 11755); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (EO 11755); 52.222-2, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.223-18, Contractor Policy to Ban Text Messaging while (E.O. 13513); 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138); (ii) Alternate I (Jan 2004) of 52.225-3; 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33 Payment by electronic Funds Transfer Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://hhs.gov/oamp/dap/hhsar.html. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSES CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. THE CCR IS THE PRIMARY GOVERNMENT REPOSITORY, WHICH RETAINS INFORMATION ON GOVERNMENT CONTRACTORS. YOU MAY REGISTER VIA THE INTERNET AT HTTP://WWW.CCR.GOV. (xii) n/a (xiii) n/a (xiv) QUOTES ARE DUE BY 2:00 PM EST on November 15, 2010. Quotes may be emailed to Iris.Merscher@ihs.gov. (xv)POC is Iris Merscher, Contract Specialist, 301-443-4938
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/11-236-SOL-00003 /listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN02324777-W 20101111/101109234103-3725a1ec214390e3c0649d01fb2ed7fe (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.