SOLICITATION NOTICE
X -- Lease Office Space
- Notice Date
- 12/13/2004
- Notice Type
- Solicitation Notice
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 16th Contracting Squadron, 350 Tully Street P.O. Box 9190, Hurlburt Field, FL, 32544-9190
- ZIP Code
- 32544-9190
- Solicitation Number
- Reference-Number-OGDET143360100
- Response Due
- 12/22/2004
- Archive Date
- 1/6/2005
- Point of Contact
- Richard Bremer, Contracting Specialist, Phone (850) 884-1269, Fax (850) 884-5372, - Gloria Dulin, Contracting Officer, Phone 850 884-3262, Fax 850 884-5372,
- E-Mail Address
-
Richard.Bremer@hurlburt.af.mil, Gloria.Dulin@hurlburt.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This 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; a quotation is being requested and a written solicitation will not be issued. Solicitation number OGDET143360100 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. This solicitation is 100% set-aside for Small Business and is advertised under the North American Industry Classification System (NAICS) Code: 531120, with a small business size standard of $6 Million. Request a quote on the following item(s) and quantity(s): 0001: REQUIREMENT: The U.S. Government is seeking to lease approximately 5,230 square feet of space, as follows: 3,630 square feet for office space (110 sq. ft. x 33 people); 1,200 sq. ft. for two conference spaces of approximately 600 sq. ft. each; 400 sq. ft. for a data processing room. LOCATION: Facility shall be located within a five (5) mile radius of Hurlburt Field AFB, FL. If competition is limited, the U.S. Government may consider space located outside the designated five (5) mile radius. REQUIRED: Facility shall have existing CAT-5 wiring for computer local area network (LAN) access and shall be wired for telephone service. Wiring for LAN shall include multiple point of access in each room. All overhead lighting shall meet OSHA standards. The facility shall have men and women's restrooms, break room with sink, running water, and power adequate to support a refrigerator and microwave oven. All aspects of the facility shall comply with the Americans With Disabilities Act (ADA) of 1990, all provisions thereof, and all amendments thereto. Facility shall have parking for 30 vehicles simultaneously. All services, supplies, utilities, and maintenance are to be provided as part of the rental consideration. Janitorial services may be included but must be accompanied by an itemized cost breakout. The lease shall include provisions to allow the Government to install semi-permanent furnishing (e.g. modular furniture or partitions), temporary walls, semi-permanent wiring for computer network or voice access, and wall-mounted whiteboards, chalkboards, or television monitors. (All such installations shall be coordinated in writing with the leasing agency). LEASE TERM: Term is 3 years, 1 year firm, with the Government having cancellation privileges after 1 year. The following clauses and provisions are hereby incorporated either by reference or full text and are to remain in full force and effect in any resultant purchase order: FAR 52.203-6, FAR 52.212-4, FAR 52.219-6, 52.219-8, 52.219-14, 52.219-25, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.232-18, FAR 52.232-33, FAR 52.233-3, DFARS 252.225-7000, DFARS 252.225-7001, DFARS 252.225-7002, and DFARS 252.232-7003. The following clauses apply to this acquisition and are included in full text: FAR 52.212-1-Instructions to Offerors--Commercial Items (Jan 2004) applies to this acquisition and is amended to read: FAR clauses and provisions can be located via the Internet at: http://farsite.hill.af.mil. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2-Evaluation--Commercial Items (Jan 1999), which is incorporated into this Request for Quote, with addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) technical capability of the item(s) offered to meet the Government requirement as stated in this synopsis; (ii) price. The Government will make award to the responsible offeror whose offer conforms to the solicitation and is the greatest value to the Government. Technical capability and price are of equal importance. Each offeror shall include a completed copy of the provisions at FAR 52.212-3-Offeror Representations and Certifications--Commercial Items (May 2004), with the quotation. Submit signed and dated offer to: Department of the Air Force, 16CONS/LGCY, Attn: Lt Bremer, 350 Tully Street, P.O. Box 9190, Hurlburt Field FL 32544-9190 at or before 3:30 P.M. Central Standard Time, 22 Dec 04. Responses/offers may be sent by mail, fax, or electronically. FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (Deviation) (Apr 2004), FAR 52.217-9-Option to Extend the Term of the Contract (Mar 2000), FAR 52.219-1-Small Business Program Representations (Apr 2002) Alternate I, FAR 52.222-22-Previous Contracts and Compliance Reports (Feb 1999), FAR 52.222-25-Affirmative Action Compliance (Apr 1984), FAR 52.252-1- Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.252-2-Clauses Incorporated by Reference (Feb 1998), FAR 52.252-6-Authorized Deviations In Clauses (Apr 1984), and DFARS 252.212-7001-Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jun 2004). A Firm-Fixed-Price Purchase Order will be issued in writing. The POC for this solicitation is Lt Richard Bremer at (850) 884-1269 between the hours of 7:00 AM and 5:00 PM central daylight savings time or via e-mail richard.bremer@hurlburt.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSOC/16CS/Reference-Number-OGDET143360100/listing.html)
- Place of Performance
- Address: Hurlburt Field, FL
- Zip Code: 32544
- Country: USA
- Zip Code: 32544
- Record
- SN00720755-F 20041215/041213212051 (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 |