SOLICITATION NOTICE
X -- Housing for Student Interns
- Notice Date
- 3/18/2005
- Notice Type
- Solicitation Notice
- NAICS
- 531110
— Lessors of Residential Buildings and Dwellings
- Contracting Office
- Department of Agriculture, Food Safety and Inspection Service, Acquisitions and Agreements Section, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, MD, 20705
- ZIP Code
- 20705
- Solicitation Number
- FSIS-07-B-05
- Response Due
- 4/4/2005
- Archive Date
- 4/29/2005
- 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; quotes are being requested and a written solicitation will not be issued. The Solicitation Number is FSIS-07-B-05 and is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 01-27. The North American Industry Classification Code (NAICS) Code is 531110 and the size standard of $6M applies to this procurement. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This requirement is being conducted as a full and open competition. The government intends to award this procurement as a firm-fixed price Blanket Purchase Agreement. The requirement is for the contractor to provide housing accommodations in the Washington, DC Metropolitan areas (Maryland, District of Columbia, Virginia) for the Food Safety and Inspection Service (FSIS) Student Summer Interns. The period of performance is from May 15, 2005 to August 31, 2005. The following are Federal Acquisition Regulations (FAR) clauses and/or provisions that apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items (Jan 2005); 52-212-2, Evaluation-Commercial Items (Jan 1999) (a)The following factors will be used to evaluate offers: (i) technical capability to meet the Government requirement; (ii) past performance; and (iii) price. Technical and past performances, when combined are significantly more important than price. The Government intends to award without discussions. The Government reserves the right to conduct discussions with prospective contractors if it is in the best interest of the Government. The following are additional FAR clauses/provisions that apply to this solicitation: 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2005); 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003); and 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jan 2005). The additional FAR Clauses cited in 52.212-5 are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alt 1; 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.225-1, Buy American Act-Supplies; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The offerors shall include a completed copy of the provision at FAR 52.212-3 with its offer. FAR Clauses and Provisions in Full Text can be found at: http://www.arnet.gov. All responsible businesses may submit a quotation which will be considered by the agency. The quote shall clearly and fully demonstrate the offeror?s capability to provide housing accommodations meeting the requirements of this procurement. The following technical information is required to conduct a proper evaluation: 1) Provide a description of the proposed lodging facility. Identify amenities offered. 2) Relevant Experience and Past Performance. Offerors shall submit no more than five (5) references to include such information for the most relevant contracts (completed and/or ongoing) which your company has had within the last three years. Please include customers? name, address, and telephone number; contract number, type, and total original and present or final contract value; date of contract, place of performance, and delivery dates or period of performance; brief description of work comparable to the proposed effort. Offerors with no previous experience shall so state. Such offerors will not be penalized for lack of experience. As part of the evaluation, the Government may include a site visit to ensure that deliverables are provided, the location is safe, and the apartments are clean and suitable. The offerors shall also provide daily price rates for each of the following as part of their quote: Efficiency Apartment to Accommodate 1 person; One Bedroom Apartment to Accommodate 2 persons; Two Bedroom Apartment to Accommodate 4 persons; and Three Bedroom Apartment to Accommodate 4 to 6 persons. To be eligible to receive an award resulting from this solicitation, contractor shall be registered in the Central Contractor Registration (CCR) database. To register, you may apply through the Internet at http://www.ccr.gov. The contractor shall also provide a facility that meets the requirements of the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391) and the lodging facility shall be listed on the U.S. Fire Administration?s Master Hotel-Motel List. The U.S. Fire Administration?s Internet site is at http://www.usfa.fema.gov/hotel/index.htm. The Contractor shall be able to provide housing accommodations in the Washington DC Metropolitan area (MD-DC-VA) to include efficiencies, 1, 2, or 3 bedroom apartments. Depending on the number of students and their gender, the agency would want accommodations that could allow for up to 4 students per 2 or 3 bedroom apartment. The minimum number of apartments needed would be 2; the maximum number of apartments needed would be 10. The accommodations must provide the following amenities or features: no security deposit required; fully furnished apartments or efficiencies to include fully equipped kitchen with microwave, cookware, baking dishes, mixing bowls, cutlery, dishes, and glassware; vacuum cleaner, broom, and dust pan; utilities, telephone service, basic cable service must be included; linens for each bed and blanket and pillows; iron and ironing board; towels for each student; 24-hour Emergency Assistance for the housing complex; washer and dryer on the premises; walking distance to Metro stop (not to exceed one (1) mile; air conditioning; close to shopping (grocery stores); lodging facility must meet the requirements of the Hotel and Motel Fire Safety Act of 1990. FSIS student interns are to begin moving in between May 15, 2005 and June 19, 2005. Students will vacate the premises no later than August 31, 2005. Housing shall need to be available from May 15, 2005 to August 31, 2005. Any questions or comments regarding this solicitation shall cite the solicitation number and be directed to: Katherine A. Richardson, Contract Specialist, Phone: 301-504-3999 (collect calls not accepted), Fax: 301-504-4276, E-Mail: Kathy.Richardson@fsis.usda.gov The Government will answer relevant and appropriate questions regarding this solicitation. Any offer questions shall be submitted by e-mail to the following e-mail address as soon as possible, but not later than close of business on Wednesday, March 23, 2005. E-mail Address: Kathy.Richardson@fsis.usda.gov. Questions the Government may have otherwise answered may not be answered if submitted too late to permit transmittal to all potential offerors reasonably in advance of the due date. Written quotations shall be submitted no later than Monday, April 4, 2005 by 2:30 p.m., Eastern Standard Time. Quotes may be sent to Katherine Richardson by facsimile to 301-504-4276 or mail to the following address. USDA, Food Safety and Inspection Services, Administrative Services Division, Attention: Katherine Richardson, Mail Drop 5230, Location 2-L164-D, 5601 Sunnyside Avenue, Beltsville, MD 20705-5230 Offerors shall cite the solicitation number on their quotes.
- Record
- SN00771400-W 20050320/050318211722 (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 |