Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2011 FBO #3661
SOLICITATION NOTICE

X -- AFSL Hawaii Housing - Package #1

Notice Date
12/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721199 — All Other Traveler Accommodation
 
Contracting Office
Forest Service - R-10 Chugach National Forest
 
ZIP Code
00000
 
Solicitation Number
AG-0120-P-12-0006A
 
Point of Contact
Bette E Welch, Phone: 907-743-9566, Denise M. Murphy, Phone: 907-743-9531
 
E-Mail Address
bewelch@fs.fed.us, denisemurphy@fs.fed.us
(bewelch@fs.fed.us, denisemurphy@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Agreement for Rental of Temporary Facilities The Chugach National Forest, Anchorage Forestry Sciences Laboratory (AFSL) is requesting quotes on the following Statement of Work. This is the second request for housing. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number AG-0120-S-12-0006A and this solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-53. This is a small business set-aside with an associated NAICS code of 721199 and small business size standard of $7 Million. The following are this solicitation's list of contract line item number(s) and items, quantities and units of measure: 001 - Temporary Facilities, 3 rooms, Hilo, Hawaii, 8-23 January 2012 002 - Temporary Facilities, 3 rooms, Kailua-Kona, Hawaii, 23-30 January 2012 003 - Temporary Facilities, 3 rooms, Oahu, Hawaii, 30 January to 3 February 2012 004 - Optional Line Item - Temporary Facilities, 3 rooms, Oahu, Hawaii, 3 February to 10 February on an as needed basis. Description of requirements for the items to be acquired: US Forest Service, Chugach National Forest, Anchorage Forestry Sciences Laboratory (AFSL) have a requirement for long term temporary lodging. The AFSL will need accommodations for three (3) person field crew for the above dates and locations. The attached temporary lodging agreement will be part of any resulting award. Along with your price quote, please include information regarding the following:  Minimum three (3) bedrooms.  Kitchen facilities.  Laundry facilities.  Internet service must be provided at all locations.  Utility cost must be included in the RFQ.  Include a copy of the cancellation policy with your RFQ.  Will you accept government purchase order? Payment will be made via electronic funds transfer.  Do you accept Visa for payment? In order to meet the requirement for housing, the Forest Service reserves the right to award to more than one vendor. The date for delivery is shown above in description of requirement. The attached temporary lodging agreement and terms and conditions will apply to any order that results from this request for quote. The provision "52.212-1, Instructions to Offerors - Commercial Items", applies to this acquisition and there are no addenda. The provision "52.212-2, Evaluation-Commercial Items", applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: Quotes received will be evaluated based on the best value to the Government considering availability, location of accommodations and price. Availability and location of accommodations, when combined are moderately more important than price. All offerors must provide a completed copy of "52.212-3 Offeror Representations and Certifications - Commercial Items." The provision may be found and printed from www.arnet.gov/far/. FAR Clause "52.212-4, Contract Terms and Conditions - Commercial Items" applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference. FAR Clause "52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items" (AUG 2011) and the following clauses were selected as applicable to the acquisition: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009)(22U.S.C. 7104(g)). 0 Alternate I (Aug 2007) of 52.222-50 (22U.S.C. 7104(g)). (2) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (3) 52-233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 1 (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 1 (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 1 (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 1 (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 1 (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 1 (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: None selected. (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010)(Pub.L.110-252, Title VI Chapter 1 (41 U.S.C. 251 Note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 Million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40 (viii) 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009)(22 U.S.C. 7104(g)). 0 Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007)(41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009)(41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jan 2009) (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. 52.217-5 -- Evaluation of Options. (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within three (3) business days. 52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within three (3) business days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least three (3) business days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three (3) months. There are no additional contract requirements, terms or conditions necessary for this acquisition for consistency with customary commercial practices. The date, time and place offers are due is: 7 December 2011, by 2 PM Alaska time. Quotes may be submitted via email to: bewelch@fs.fed.us, via fax to: 907-743-9492 or through US Postal Office to: US Forest Service, Chugach National Forest, 3301 C Street, Suite 300, Anchorage, AK 99503. Contact Bette Welch for information regarding this solicitation at bewelch@fs.fed.us or 907-743-9566. Vendors must be registered in Central Contractor Registration (CCR) database to be eligible for award. To register your firm in the CCR system, go to: http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Vendors must also register in the Online Representations and Certifications Application (ORCA). To register your firm in the ORCA system to go to: http://www.bpn.gov. Interested parties are encouraged to register on the Federal Business Opportunities website. By registering to receive notification on posted synopses, vendors will be automatically notified of any changes to the project. To register, select Register to Receive Notification and follow the steps. Interested Vendors List (IVL): Access the IVL for all projects through the FedBizOpps website, www.fbo.gov. To register as an interested vendor, select Register as an Interested Vendor and follow the steps. Use the Register as Interested Vendor option to add your company name to the IVL and then view or print the IVL by selecting View List of Interested Vendors for each project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/120/AG-0120-P-12-0006A/listing.html)
 
Place of Performance
Address: Hilo, Hawaii; Kailua-Kona, Hawaii; and Oahu, Hawaii., Hawaii, United States
 
Record
SN02631826-W 20111203/111201234857-6ad032f167333f9364c358f6e95fc40b (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.