Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
SOLICITATION NOTICE

X -- Temporary Office Space - (Draft)

Notice Date
9/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-11-Q-00075
 
Archive Date
9/28/2011
 
Point of Contact
Michael Villano,
 
E-Mail Address
Michael.Villano1@dhs.gov
(Michael.Villano1@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachement A (Schedule of CLINS and Statement of Work) 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. Quotations are being requested and a written solicitation will not be issued. The Government intends to award a Firm-Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13 to the responsible Offeror whose quote conforming to this synopsis/solicitation will offer the best value to the Government, price and other factors considered. The Request for Quotation (RFQ) Number is HSHQDC-11-Q-00075. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This acquisition is 100% set aside for Small Businesses. The associated North American Industry Classification System (NAICS) code for this acquisition is 531120 and 531190 and the Size Standard for these NAICS codes is $7,000,000.00. The Contract Line Item Numbers (CLINS), Items, Quantities, and Units of Measure are: See Attachment A (Schedule of CLINS and Statement of Work.) The anticipated date for contract award is September 19, 2011. The Contract shall provide for temporary office space/workstations in the Washington, DC area in support of the Department of Homeland Security, (DHS) evaluations. Date and place of delivery and acceptance: To be determined at time of contract award for a base term of one (1) month with subsequent option periods as outlined in Attachment A (Schedule of CLINS and Statement of Work). The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors - Commercial applies to this acquisition. The following addendum has been attached to this provision: Offerors' submissions must include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Offerors must submit the name and contact information of at least three relevant past performance references wherein they provided they same type and scope of service as required by this RFQ. References shall be for services provided within the last three years. Each Offeror shall submit their Technical Quote and associated documents as a separate electronic attachment from the Pricing Quote. The Contractor shall also ensure (in their Technical Quote) the room specifications to include size, space between desks, distance between offices (if applicable), distance to metro, etc., are outlined in the Technical Quote. The Pricing Quote attachment shall include the format shown on Attachment A and include a breakout to show the compilation of the firm fixed price by space/room. Fixed monthly rates shall include all prices and fees. The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The following factors shall be used to evaluate offers: 1) Technical Capability, 2) Experience/Past Performance, and 3) Price. Technical Capability is more important than Experience/Past Performance. However, when combined, they are significantly more important than price. The technical quote shall include details describing the contractor's ability to provide the space and service requirements outlined in Attachment A and the Statement of Work. Please note: as part of the evaluation process, the Government will conduct a site-visit to examine the space proposed and the overall quality of the space including, but not limited to, security, distance from metro, and proximity of offices to one another, level of unrelated activity within the proposed space, and the document storage room. Your technical proposal shall not exceed twenty (20) pages to include brochures and other documentation. There are no page limitations to the price proposal. The Contractor shall ensure the proposed space is available for the site-visit during the week following the response due date. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the Online Representation and Certification Application (ORCA) at least annually as of January 1, 2005. The offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the response due date and provide verification of completion along with the Price Quote. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The following addenda have been attached to this clause: None. The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.201-1 Definitions, 52.203-3 Gratuities, 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters, 52.217-5 Evaluation of Options, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-22, Previous Contracts and Compliance Reports, 52.222-25 Affirmative Action Compliance, 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-1 Payments; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.243-1 Changes---Fixed-Price; 52.249-4 Termination for Convenience of the Government (Services) (Short Form)/ The following additional clauses are cited: 52.204-7 Central Contractor Registration; HSAR 3052.209-70 Prohibition on contracts with corporate expatriates; 3052.242-72 Contracting Officer's Technical Representative. Full text of FAR clauses and provisions incorporated by reference can be found at www.acquisition.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM Rating under the Defense Priorities and Allocations System (DPAS) - N/A. Any requests for additional information or explanations concerning this document must be received via email to the point of contact noted below no later than 2:00 pm Eastern Standard Time on Friday, September 09, 2011. In order to receive responses to questions, offerors must cite the section, paragraph number, and page number. Offers are due no later than Tuesday, September 13, 2011 - 9:00pm EST and must be submitted electronically (via email) to the individuals noted below. A separate solicitation document is not available. For more information regarding this RFQ please contact Michael Villano, Contract Specialist, (202) 447-5591 / Michael.Villano1@dhs.gov. and/or Contracting Officer, Susan Beaghan, (202) 447-0091/ Susan.Beaghan@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-11-Q-00075/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02566034-W 20110909/110908000137-1766b17ee3cb83dc67301f6576e3eb79 (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.