Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
SOLICITATION NOTICE

X -- Apartment Lease for Army National Guard and Army Reservist

Notice Date
8/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
531110 — Lessors of Residential Buildings and Dwellings
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
W911W4-04-T-0011
 
Response Due
8/27/2004
 
Archive Date
10/26/2004
 
Point of Contact
smoncad, 7034284574
 
E-Mail Address
Email your questions to HQ USAINSCOM, Directorate of Contracting
(Sammy.Moncada@inscom.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 unrestricted announcement is from the Headquarters, US Arm y Intelligence and Security Command; proposals are being requested but a written solicitation will not be issued. Alternate items will not be considered. This notice is a request for competitive quotations. The solicitation document and incorporated provi sions and clauses are those in effect through Federal Acquisition Circular 97-19. The associated Standard Industrial Classification (SIC) code is 7011. Statement of Work as follows: 1.0 Objective The objective of this contract is to provide lodging accommodations for mobilized Army National Guard and Army Reservist Soldiers supporting the Global War on Terrorism (GWOT), Operation Enduring Freedom (OEF), and Operational Iraqi Freedom (OIF) missions. 2.0 Specifications 2.1 General Lodging Description/Specifications for furnished apartments: a. Provide 1-bedroom/1-bathroom furnished apartments with separate living room, bedroom, bathroom and kitchen area (minimum of 600 square feet) in each of the following CONUS locations: Ft Belvoir, Virginia (NCR), Ft Gordon, Georgia, Ft Huachuca, Arizona. b. Provide 2-bedroom/2-bathroom furnished apartments with separate living room, bedroom, bathroom and kitchen area (minimum 900 square feet) that are shared in each of the following CONUS locations: Ft Belvoir, Virginia (NCR), Ft Gordon, Georgia, Ft Huachu ca, Arizona. c. Additionally, offerors must be able to provide lodging near Eglin AFB, Florida and Lackland AFB, Texas should the need for housing arise. d. Offerors must be able to provide a maximum of fourteen units (ten two bedroom units and four one bedroom units) at each proposed location. Government employees will retain assigned unit for the length of stay. The Government reserves the right to vaca te and cancel rooms not being utilized by personnel by giving a 30 day notice for monthly stay to the contracted facility. Upon government personnel vacancy, the contractor shall no longer invoice for those units not being occupied. e. Waive all move-in and application fees. f. Apartments must be located within a 10-mile radius of local military installation specified in this requirement. g. Apartments must be located in areas convenient to shopping, recreational areas, and mass transportation. 2.2 Unit Area Units shall be furnished and provide sanitary living conditions in accordance with these specifications as follows: Clean, carpeted room. Carpet is to be shampooed at least every six months or less and vacuumed by maid services at least bi-weekly or upon change of occupancy, whichever comes first. Government representative will notify vendor of change in occupancy. Independently controlled air conditioning and heating unit in good working order securely attached to the wall. Be clean, electronically safe and inspected on a regular basis. There should be no draft or gaps in the surrounding area where it is installed . Door with secure lock in accordance with housing regulations, which must be securely fastened to the wall/door frame, etc. Washer and dryer must be located within each unit. All utilities are to be included with electricity, telephone and answering machine /service. Twenty-four (24) hour telephone services with local calls and Internet access free of charge. Long distance fees are not covered in this contract and shall be paid by each occupant. Phone must be operational upon check-in unless vendor notifica tion is received. All electrical outlets are to be in place and firmly attached to the wall. A minimum of three grounded outlets is required to preclude the use of extension cords that may create hazardous, unsafe fire conditions. Furnishing and house war es, maid service must be in-house operated and not through a rental company to control securi ty of the units and prevent inflationary costs throughout the 3 year duration (1 base + 2 option years) of the contract. 2.3 Kitchen area is to be separate from the living and bedroom area. The kitchen will have a microwave, refrigerator, stove/oven, and a dishwasher. The kitchen will have a minimum of the following items: glassware set, settings of dishes (dinner plate, saucer or small plate, bowl, cup), settings of silverware (knife, fork, spoon), silverware tray, cutting knife (carving, steak), cookware set, serving fork and spoon, colander, electric coffee maker, cuttin g board, toaster, juice pitcher w/lid, gallon), cheese grater, cookie sheet, baking dish, mixing bowl set/ serving bowls, measuring spoon set, slotted spoon, spatula, rubber spatula, bottle opener, can opener, trash can (kitchen), dish towel, dish cloth, h ot pads, iron, ironing board, 2.4 Living Area Living area with a minimum of sofa, an additional love seat or chair, coffee table, end table and lamp. A dining table with four chairs or bar area that seats four. A TV stand or cabinet with a color TV (minimum 27??????) with basic cable (minimum 60 channels) and VCR in operating condition. 2.5 Each Bedroom Area (a minimum of) Bedroom area with one queen bed, two pillows, one blanket, one mattress pad, one sheet set. One dresser, one mirror, one nightstand, one lamp, one clock radio. A closet or clothes hanging space with 12 clothes hangers. 2.6 Each Bathroom Area Bathroom area with toilet, sink and bathtub/shower combination or shower only. Shower curtain and liner or shower doors. 4 each of the following: washcloths, hand towels, and batch towels. Bath rug, small wastebasket, soap dish, a shelf/shelves or vanit y for toiletries. Hot water must be available 24 hours a day. Bathroom and its fixtures are to be free of rust, cracks, etc?????? Ceiling must be free of damage (cracks, breaks, etc??????) 2.7 Maid Service Maid services are to provide clean linens to change bed(s), vacuum, mop floors, dust all surfaces, clean sinks and counter tops in the bathroom facilities and kitchen areas. Clean exterior surfaces of refrigerator and stove, clean mirrors, and clean bathr oom on a bi-weekly basis, at a minimum or upon each change of occupancy, whichever comes first. Maid service is not required to wash dishes or towels. Maid service will provide all cleaning supplies for cleaning each unit and laundry detergent if washing linens in each apartment. Also perform the following: Make beds/change with clean linens, vacuum carpets/mop floors, clean sinks and counter tops, dust furniture and ornaments, clean exterior surfaces of refrigerator and stove, clean mirrors, clean bathro om(s). 2.8 Facilities Area ????Mailboxes and US Postal Services shall be available daily. ????Laundry services available within the complex or unit. ????Adequate, safe parking (at no additional cost) at the facility. ????Apartments must be located within a 10-mile radius of local installation. ????Apartments must be located in areas convenient to shopping, recreational areas, and mass transportation. ????24-hour emergency pager for unexpected emergencies. ????Check in time must be no later that 3:00 P.M. Check out time is 9:00 A.M. Arrangement for 24-hour check-in/check out time must be available if requested in advance. ????On-site recreation facilities including a swimming pool. 2.9 Site Visit Site Survey ?????? The Government reserves the right, prior to making award, to conduct a quality assurance/site survey of the proposed lodging location in order to determine that the contractor can meet the minimum standards for performance. The site sur vey may include, but will not necessarily be limited to, verification if compliance with specifications, including apartment layout, furnishings, amenities, safety requirements, location, maintenance and up-keep, and the offerors ability to consistently pr ovide the required number of units. The contractor shall provide a list of the actual apartments, with the technical proposal (facility address, name of apartment facility and apartment number) that will be utilized in performance of the contract so that the Government may accomplish a quality assurance/site survey. 2.10 Inspection and Acceptance Government official on a quarterly basis or prior to occupancy may do inspection and acceptance of the rooms/complex. This official may inspect each offered unit for safety and sanitary compliance with the specified requirements. If units are found to be unacceptable during the onsite walkthrough by the official, the units can be rejected. The contractor will be given no more than 24 hours to correct any deficiencies. Failure to correct the deficiencies will require the contractor to provide an alternat e unit that complies with the specified requirements. Offerors may incorporate a new apartment site provided that a Government representative has inspected and accepted the site. 2.11 Housing Regulations Both parties will comply with current federal, state, county, and city housing regulations. 2.12 Additional Contract Requirements The scope of the contract provides for lodging and furnishings/amenities required by the specifications. Expenses incurred beyond the scope of the contract, such as long distance telephone charges and Internet hook-up charges are the responsibility of the occupant and are not chargeable to the Government under this contract. The contractor is responsible for establishing a method to receive payment for these additional charges. Should the facility agree to provide additional services, the charges for such services are strictly between the facility complex and the assigned employee on a pay as you go basis. The Government will provide the contractor with a minimum of a 14-day notice of the need for unit occupancy. If problems or questions arise regarding a specific unit, the provider of that unit shall make available a person responsible for resolving the issue within 24 hours. On-site representatives must be provided with a 24-hour emergency phone number. Term of contract will not be altered without concurrence of the contracting officer via appropriate modification of contract. Contractor must be able to provide to Government personnel information associated with order summary, address and phone numbers, map with point to point directions, move in dates, parking space and a tracking status for all requested services. Select offerors must not use sub-contractors to provide products in the apartment (i.e. rental furniture, rental house wares, and maid service). 2.13 Invoice Information Invoices shall contain the following information: contract number, invoice date, description of service, payment terms, and company name. The Government will be invoiced for units that are occupied only. Invoices will be reviewed prior to payment and forwarded to the accounts payable and paid on a monthly basis after start of period of performance. 3.0 Period of Performance Period of Performance for this effort is base year from 1 Sep 04 through 31 Aug 05 with two twelve month option years. 4.0 Location of Performance Lodging will be available near the following locations: Fort Belvoir, Virginia (NCR), Fort Gordon, Georgia (Augusta, Georgia), and Fort Huachuca, Arizona (Sierra Vista, Arizona). However, offerors must be able to provide lodging near Eglin AFB, Florida (F ort Walton Beach, Florida) and Lackland AFB, Texas (San Antonio, Texas). Evaluation Factors- Best Value Evaluation 1. Award under this procurement will be made to the technically acceptable offer that provides the best value to the Government. In determining the best value to the Government, a trade-off analysis process is the assessment of risk, and its impact on cont ract performance. 2. Technically Acceptable?????? In order to be determined technically acceptable, offers must meet or exceed the statement of work in the solicitation and any subsequent amendments. The offer must be determined to be technically acceptable before further consideration, to include but not limited to location and quality. CLIN 0001 One Bedroom One Bathroom FFP BASE YEAR - DATE OF AWARD 9/01/04 THROUGH ONE YEAR LATER 8/31/05 Ft Belvoir Weekly rate of $_______________@$__________________ per year. Monthly rate of $_______________@$_________________ per year. Ft Gordon Weekly rate of $_______________@$__________________ per year. Monthly rate of $_______________@$_________________ per year. Ft Huachuca Weekly rate of $_______________@$__________________ per year. Monthly rate of $_______________@$_________________ per year. CLIN 0001AA Week Weekly Rate FFP BASED ON A 7 DAY CALENDAR WEEK TOTAL $___________ CLIN 0001AB Months TOTAL $___________ MONTHLY RATE FFP BASED UPON A 30 DAY CALENDAR MONTH CLIN 0002 Two Bedroom Two Bathroom FFP BASE YEAR - DATE OF AWARD 9/01/04 THROUGH ONE YEAR LATER 8/31/05 Ft Belvoir Weekly rate of _______________@__________________ per year. Monthly rate of _______________@_________________ per year. Ft Gordon Weekly rate of _______________@__________________ per year. Monthly rate of _______________@_________________ per year. Ft Huachuca Weekly rate of _______________@__________________ per year. Monthly rate of _______________@_________________ per year. CLIN 0002AA Week Weekly Rate FFP BASED ON A 7 DAY CALENDAR WEEK TOTAL $___________ CLIN 0002AB Months MONTHLY RATE FFP BASED UPON A 30 DAY CALENDAR MONTH TOTAL $___________ CLIN 1001 One Bedroom One Bathroom FFP BASE YEAR - DATE OF AWARD 9/01/05 THROUGH ONE YEAR LATER 8/31/06 Ft Belvoir Weekly rate of _______________@__________________ per year. Monthly rate of _______________@_________________ per year. Ft Gordon Weekly rate of _______________@__________________ per year. Monthly rate of _______________@_________________ per year. Ft Huachuca Weekly rate of _______________@__________________ per year. Monthly rate of _______________@_________________ per year. CLIN 1001AA Week Weekly Rate FFP BASED ON A 7 DAY CALENDAR WEEK TOTAL $___________ CLIN 1001AB Months MONTHLY RATE FFP BASED UPON A 30 DAY CALENDAR MONTH TOTAL $___________ CLIN 1002 Two Bedroom Two Bathroom FFPBASE YEAR - DATE OF AWARD 9/01/05 THROUGH ONE YEAR LATER 8/31/06 Ft Belvoir Weekly rate of _______________@__________________ per year. Monthly rate of _______________@_________________ per year. Ft Gordon Weekly rate of _______________@__________________ per year. Monthly rate of _______________@_________________ per year. Ft Huachuca Weekly rate of _______________@__________________ per year. Monthly rate of _______________@_________________ per year. CLIN 1002AA Week Weekly Rate FFP BASED ON A 7 DAY CALENDAR WEEK TOTAL $___________ CLIN 1002AB Months TOTAL $___________ MONTHLY RATE FFP BASED UPON A 30 DAY CALENDAR MONTH CLIN 2001 One Bedroom One Bathroom FFPBASE YEAR - DATE OF AWARD 9/01/06 THROUGH ONE YEAR LATER 8/31/07 Ft Belvoir Weekly rate of _______________@__________________ per year. Monthly rate of _______________@_________________ per year. Ft Gordon Weekly rate of _______________@__________________ per year. Monthly rate of _______________@_________________ per year. Ft Huachuca Weekly rate of _______________@__________________ per year. Monthly rate of _______________@_________________ per year. CLIN 2001AA Week Weekly Rate FFP BASED ON A 7 DAY CALENDAR WEEK TOTAL $___________ CLIN 2001AB Months MONTHLY RATEFFPBASED UPON A 30 DAY CALENDAR MONTH TOTAL $___________ CLIN 2002 Two Bedroom Two Bathroom FFP BASE YEAR - DATE OF AWARD 9/01/06 THROUGH ONE YEAR LATER 8/31/07 Ft Belvoir Weekly rate of _______________@__________________ per year. Monthly rate of _______________@_________________ per year. Ft Gordon Weekly rate of _______________@__________________ per year. Monthly rate of _______________@_________________ per year. Ft Huachuca Weekly rate of _______________@__________________ per year. Monthly rate of _______________@_________________ per year. CLIN 2002AA Week Weekly RateFFPBASED ON A 7 DAY CALENDAR WEEK TOTAL $___________ CLIN 2002AB Months MONTHLY RATEFFPBASED UPON A 30 DAY CALENDAR MONTH TOTAL $___________ The provision at FAR 52.212-1, Instructions to Offerors- Commercial, applies to this acquisition. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items must be included with the offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition including 52.222-1 9, Child Labor-Cooperation with Authorities and Remedies (E.O 13126), 52.222-26, Equal Opportunity (E.O.11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C 4212); Buy American Act and Balance of Payment Program (41 U.S.C. 10a-10d, E.O 10582); 252.247-7024 Notification of Transporta tion of Supplies by Sea (10 U.S.C 2631); 52.216-1 Type of Contract; 52.216-18 Ordering; 52.216-19 Order of Limitations; 52.217-9 Option to Extend the Term of the Contract; 52.252-2 Clauses Incorporated by Reference; 252.201-7000 Contracting Officer??????s Representative; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 52.216-22 Indefinite Quantity; 52.217-5 Evaluation of Options; 52.212-1 Instructions to Of ferors??????Commercial Items; 52.222-42 Statement of Equivalent Rates to Federal Hires; 52.244-6 Subcontracts for Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications Commercial Items. The DFARS Clause 252.240-7004- Required Central Contract Registration applies. Full FAR/DFARS text may be obtained at website http://www/arnet/gov/far. IMPORTANT-Only offerors who are registered in the Central Contractor Database are eligible for award (reference DFARS clause 52.204-7004 or see websit e http://ccr.edi.disa.mil) Offers are due no NLT Friday, August 27, 2004 @12 noon Eastern Standard Time, in the Directorate of Contracting Office, 8825 Beulah Street, Fort Belvoir, VA 22060-5246. The point of contact for this action is Shekela Hutchinson , fax 703 428-4914 or email slhutch@inscom.army.mil
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
Zip Code: 22060-5246
Country: US
 
Record
SN00649694-W 20040825/040823212345 (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.