Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

99 -- DIRECT LEASE HOUSING MISSION DR-4366-HI - Amendment 2

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
531311 — Residential Property Managers
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Region IX, 1111 Broadway, Suite 1200, Oakland, California, 94607-4052, United States
 
ZIP Code
94607-4052
 
Solicitation Number
70FBR918Q00000011
 
Point of Contact
Daisy Joseph, Phone: 510-627-7190
 
E-Mail Address
daisy.joseph@fema.dhs.gov
(daisy.joseph@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Copy of the Combined Synopsis/Solicitation COMBINED SYNOPSIS/SOLICITATION The Department of Homeland Security (DHS) Federal Emergency Management Agency (FEMA) has a requirement for Direct Lease Contractors/Property Managers (PM) and/or Property Owners (PO). The FEMA Direct Lease is a housing assistance program to lease existing rental units for the purpose of providing temporary housing to eligible applicants who are displaced due to the Kilauea Volcano under DR-4366-HI (Hilo). Note: the term Contractor will be used to refer to Contractor/Property Managers/Property Owners hereafter. Contractors shall focus their search and identify properties within a 36 mile radius of Pahoa, Hawaii, or a distance that does not place an undue hardship. Properties may consist of multifamily dwellings, single family or duplexes. The Contractor shall evaluate each property to ensure the property is safe, secure, and functional. • Safe means secure from disaster-related hazards or threats to occupants. • Sanitary means free of disaster-related health hazards. • Functional means an item or home capable of being used for it intended purpose. As a result of this combined synopsis/solicitation, the Government intends on awarding multiple Blanket Purchase Agreement(s) (BPA) in accordance with the Federal Acquisition Regulation (FAR) 13.303, and reference the Statement of Work revised on 09/12/2018. The North American Industrial Classification System (NAICS) code is 531311, entitled Residential Property Managers. The small business size standard is $7.5 million. Instructions to Offerors 1. To ensure timely evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, independent, and respond directly to the requirements of this synopsis/solicitation, and statement of work revised 09/12/2018. 2. The contracting officer has determined there is a good probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if the contracting officer's determines adequate price competition exists no additional cost information will be requested. 3. The Government intends on awarding multiple Blanket Purchase Agreements as a result of this combined synopsis/solicitation. Calls/Orders under the BPA will be issued on a firm-fixed-price basis. The Government is obligated only to the extent of authorized purchases actually made under the BPA. The Government cannot at this time determine a dollar limitation for each individual purchase under the BPA. 4. This combined synopsis/solicitation incorporates provisions and clauses that are in effect through the Federal Acquisition Circular 2005-97, May 1, 2018. 5. The contractor will fill out the SF1449 which includes the pricing schedule on page 2; and submit the Reps and Certs report located in www.sam.gov. In addition, the contractor agrees to hold pricing for 30 calendar days from the date specified for receipt of quotes. Submission: Reference Solicitation Number: 70FBR918Q00000011. The contractor will complete and submit the following in order to be considered for award: a. Offeror must have an active System for Award Management (SAM) registration by closing date of the synopsis/solicitation (9/17/2018). Contractors that submit a quote but are not registered in SAM will not be considered for award; b. Offeror must submit the attached pricing schedule (page 2 of the SF1449); c. Offeror must complete and submit the SF1449 to include: Business Name; Address; Phone Number; Point of Contact: Email Address; DUNS Number and/or Cage Code; and d. Offerors that are local to Hilo, Hawaii shall submit a local address or proof of doing business in the Hilo, HI area for the last twelve (12) months. Provisions at 52.212-2 Evaluation- Commercial Items As a result of this combined synopsis/solicitation the Government intends to award a BPA to the responsible offeror(s) whose offer conforms to the synopsis/solicitation and have been considered most advantageous to the Government. The following factors shall be used to evaluate offers: a. Verification of SAM registration to include Reps and Certs; b. Pricing Schedule (page 2 of the SF1449): the Government will award a BPA to the offeror who submits the lowest price that has been determined fair and reasonable based on the services listed in the Statement of Work; in addition to providing all requested documents listed in Submission; c. Completed SF1449; d. All eligible offerors may bid; however, in accordance with FAR 26.202, Local Area Preference under the Robert T. Stafford Disaster and Emergency Assistance Act, shall be given to the extent feasible and practicable, to local firms. For this requirement local is identified as Hilo, Hawaii. In order to be evaluated as a local area preference, offeror must submit relevant proof of doing business in Hilo, HI during the last twelve (12) months. e. The Government will utilize data to include the Past Performance Information Retrieval System (PPIRS), contract to review an offerors past performance. If the Government finds adverse past performance, offeror will not be considered for award. Basis for Award The Government intends on awarding multiple Blanket Purchase Agreements as a result of this solicitation in the following order: 1. The Government will give preference to local offerors with the lowest price and have complied with the submission and evaluation requirements listed in this document. If a sufficient number of local offerors are determined compliant under this combined synopsis/solicitation, there will be no additional awards. 2. The Government reserves the right to award a mix of BPAs to local offerors and offerors outside of the local disaster area if the Government deems it beneficial to accomplish this requirement. 3. The Government reserves the right to award to offerors outside of the local disaster area if local offerors cannot conform to the requirements of this solicitation. Terms and Conditions FAR 52.212-1 Instructions to Offerors- Commercial Items FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items FAR 52.212-4 Contract Terms and Conditions- Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive Orders- Commercial Items. The following FAR provisions apply: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.203-13, Contractor Code of Business Ethics and Conduct; 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009; 52.209-6, Protecting the Government's When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28 Post Award Small Business Program Representative; 52.222-3 Convict Labor, 52.222-19 Child Labor- Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Worker with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.222-50 Combating Trafficking in Persons; and 52.223-18 Contractor Policy to Ban Text Messaging While Driving. Additional: 52.204-4 Printed Copied Double-Sided on Recycled Paper, 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-3, Hazardous Material Identification and Material Safety Data; 52.223-4, Recovered Material Certification; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA Designated Items; 52.223-10, Waste Reduction Program; 52.223-11, Ozone-Depleting Substances; 52.223-12, Refrigeration Equipment and Air Conditioners; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts, 52.223-19 Compliance with Environmental Management Systems. FAR 52.226-3 - Disaster or Emergency Area Representation. (a) Set-aside area. The area covered in this contract is: Pahoa/Hilo and surrounding areas. (b) Representations. The offeror represents that it [ ] does [ ] does not reside or primarily do business in the set-aside area. (c) An offeror is considered to be residing or primarily doing business in the set-aside area if, during the last twelve months- (1) The offeror had its main operating office in the area; and (2) That office generated at least half of the offeror's gross revenues and employed at least half of the offeror's permanent employees. (d) If the offeror does not meet the criteria in paragraph (c) of this provision, factors to be considered in determining whether an offeror resides or primarily does business in the set-aside area include- (1) Physical location(s) of the offeror's permanent office(s) and date any office in the set-aside area(s) was established; (2) Current state licenses; (3) Record of past work in the set-aside area(s) (e.g., how much and for how long); (4) Contractual history the offeror has had with subcontractors and/or suppliers in the set-aside area; (5) Percentage of the offeror's gross revenues attributable to work performed in the set-aside area; (6) Number of permanent employees the offeror employs in the set-aside area; (7) Membership in local and state organizations in the set-aside area; and (8) Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements. (e) If the offeror represents it resides or primarily does business in the set-aside area, the offeror shall furnish documentation to support its representation if requested by the Contracting Officer. The solicitation may require the offeror to submit with its offer documentation to support the representation. FAR 52.217-8 Option to Extend Service. 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 30 calendar days. Description of Agreement : This agreement is offered for the purchase of contract services as identified in the Statement of Work revised 09/12/2018 located in Hilo, Hawaii areas. The Government is obligated only to the extent of authorized calls actually placed against resulting BPA and shall not be liable in any manner in the event no calls are made. The period of performance shall be from the date of award to 11 Nov 2019. The Government anticipating making awards on or around 25 Sept 2018. A kick off meeting will take place within 2 days of award. Service Area: Pahoa/Hilo, Hawaii Questions: Offerors must submit questions not later than 10:00 a.m. (Hawaii) on Wednesday, 12 Sep 2018. Please email your questions to Daisy.Joseph@fema.dhs.gov. Quotes Due: Offerors must submit their required information not later than 10:00 a.m. (Hawaii) on Monday, 17 Sept 2018. Please email proposals to Daisy.Joseph@fema.dhs.gov. Wage Determination: https://wdol.gov/wdol/scafiles/std/15-5691.txt?v=7
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/RegIX/70FBR918Q00000011/listing.html)
 
Place of Performance
Address: Pahoa, Hilo, Hawaii, United States
 
Record
SN05087579-W 20180915/180913231154-3cb6ee4b3f4912705e2964e14bb119da (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.