Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2004 FBO #0914
SOLICITATION NOTICE

X -- SHORT AND LONG TERM EMPLOYEE HOUSING FOR THE IFMP PROGRAM

Notice Date
5/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
531110 — Lessors of Residential Buildings and Dwellings
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
8-4200065452
 
Response Due
6/17/2004
 
Archive Date
5/26/2005
 
Point of Contact
Lisa D. Duncan, Contract Specialist, Phone (256) 961-9647, Fax (256) 961-9693, Email Lisa.D.Duncan@nasa.gov - Teresa A. Foley, Contracting Officer, Phone (256) 544-0335, Fax (256) 544-2812, Email teresa.foley@msfc.nasa.gov
 
E-Mail Address
Email your questions to Lisa D. Duncan
(Lisa.D.Duncan@nasa.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ)] for a vendor to provide long term and short term lodging of NASA personnel and contractors hired by NASA traveling to Huntsville, Alabama. The long term lodging will be for one year or six months, while the short term lodging will be for any period less than six months. It is anticipated that lodging will be required for a minimum of approximately 25 short term employees and approximately 63 long term employees. The long term rentals will be billed to NASA on a monthly basis for rentals assigned to NASA employees. The long term rentals assigned to NASA contractors will be billed to the contractor (via credit card) not NASA and the contractor may manage the rental however they wish. The specific center(s) will fund the rental by issuing a purchase order. Based on the number of units requested, the long term rate may be reduced, which will be passed onto the centers. The short term rentals will be billed (via credit card) directly to the employee (NASA or Contractor). The traveler will book the room through their travel office and request a rate under the contract. The discount varies as a function under the length of commitment and should be proposed accordingly. The lodging establishment is required to notify NASA sixty days prior to any blackout periods when the reduced rates would not be available. The lodging facilities must be located in the Huntsville/Madison area convenient to Marshall Space Flight Center. The lodging establishments will provide furnished rooms with a private bath, one double bed, lighting, telephone with voice mail or messaging service, two separate phone lines (one for internet/one for phone) or one phone line and high speed internet, alarm clock or wake-up service, a television, table, chair, and individually controlled heating, ventilation, and air conditioning services to each room. In addition, free parking for a guest vehicle or a government vehicle must be provided. The rooms shall be cleaned at least weekly and free from odors. A laundry facility will be on the premises for guest use or located in each room. The lodging establishment will inform and collect from guests directly any additional costs, such as telephone charges, pay television, internet, and any other costs not included in the contract. Studio, One Bedroom, and Two bedrooms lodgings may be proposed, but any lodging with two bedrooms must have two bathrooms. Please include additional volume discounts that will be applicable providing a certain number of rooms are leased. The provisions and clauses in the RFQ are those in effect through FAC 01-23. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 531110. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by 3:00 on June 17, 2004 to 287 Dunlop Blvd. Integraph Building 800, Room H-838 Huntsville, Alabama 34824 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (APR 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.219-6, ?Notice of Total Small Business Set Aside? (June 2003) 52.222-3, ?Convict Labor? (June 2003) 52.222-19, ?Child Labor ? Cooperation with Authorities and Remedies? (Jan 2004) 52.222-21, ?Prohibition of Segregated Facilities? (Feb 1999) 52.222-26, ?Equal Opportunity? (Apr 2002) 52.222-35, ?Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans? (Dec 2001) 52.222-36, ?Affirmative Action for Workers with Disabilities? (Jun 1998) 52.222-37, ?Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans? (Dec 2001) 52.225-13, ?Restrictions on Certain Foreign Purchases? (Dec 2003) 52.225-15, ?Sanctioned European Union Country End Products? (Feb 2000) 52.225-16, ?Sanctioned European Union Country Services? (Feb 2000) 52.232-29, ?Terms for Financing of Purchases of Commercial Items? (Feb 2002) 52.232-34, ?Payment by Electronic Funds Transfer ? Other than Central Contractor Registration? (Oct 2003) 52.232-36, ?Payment by Third Party? (May 1999) The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Lisa Duncan not later than June 9, 2004. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#110536)
 
Record
SN00593206-W 20040528/040526212529 (fbodaily.com)
 
Source
FedBizOpps.gov 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.