SOLICITATION NOTICE
X -- Apartment Lease
- Notice Date
- 7/15/2005
- Notice Type
- Solicitation Notice
- NAICS
- 531110
— Lessors of Residential Buildings and Dwellings
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
- ZIP Code
- 20910
- Solicitation Number
- Reference-Number-NFFK0005000163mac
- Response Due
- 8/2/2005
- Archive Date
- 8/8/2005
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with Sub-Part 12.6 and Part 13 of the Federal Acquisition Regulations, and as supplemented with additional information in this notice. This combined synopsis/solicitation constitutes the only request for the subject services and a separate written solicitation will not be issued. This synopsis/solicitation number NFFK0005000163-mac is issued as a REQUEST FOR QUOTATION. NOAA will consider all sources for this requirement. NOAA is interested in a flexible lease and pricing arrangement for apartments as described herein. NOAA requires a lease for two(2) apartments for one year with the availablility of up to eight (8) additional apartments on a monthly basis during the five (5) year period of performance. The apartments shall be fully furnished and each shall contain at least one (1) bedroom and one (1) full bathroom. The apartments must be within fifteen(15) minute commuting access of the NOAA Silver Spring Metro Center Complex, 1305 East-West Hwy, Silver Spring, Maryland 20910. The total period of performance will be five (5) years and there will be a ceiling price based upon the maximum number of units leased for the period of performance. The fully furnished apartments shall comply with the Hotel Motel Fire and Safety Act of 1990, Montgomery County, Maryland codes and regulations, and shall contain an operational sprinkler system that is powered by an external source (not batteries). The apartments shall contain appliances, including cooking range, microwave oven, refrigerator, dishwasher, garbage disposal; operational smoke detector(s); central heating and air conditioning; furnished living room suite; furnished dining area; dishware, including silverware and drinking glasses; pots and pans, skillet, and dish towels; two bathroom sets including sets of bath towels wash cloths, and bath mats; one bedroom suite, including queen size bed, mattress with headboard, bedside table, lamp, dresser with mirror, drapes, queen sheet set and comforter; pillow; 1 telephone; internet access; all utilities; basic bi-weekly maid service; basic apartment cleaning to include washing of bed linens and towels; and parking. The resulting purchase order shall be awarded on a firm fixed price basis. Offerors shall provide a monthly rate for the furnished apartment. The award will be made on a best value basis using simplified acquisition procedures and commercial acquisition procedures. Offers will be evaluated based upon approach, past performance, and price. The terms and conditions of award are those in effect through Federal Acquisition Circular 2005-4. The provisions and clauses are available at http://www.acqnet.gov. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items - The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) approach; (ii) past performance; (iii) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - Offerors must include a completed copy of Offeror Representations and Certifications along with the offeror; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addendum to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses are applicable to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans for the Vietnam Era; FAR 52.232-1, Payments; FAR 52.232-38, Submission of Electronic Funds Transfer Information with Offer; FAR 52.249-2, Termination for Convenience of the Government (Fixed Price (Short From). All responsible sources that can meet the requirements and provide the services listed above may respond to this combined synopsis/solicitation with a quotation addressed to Sandra Shaffner, NOAA AMD, 1305 East West Highway, Room 7167, Silver Spring, MD 20910, to be received no later than August 2, 2005. Responses may be faxed to (301) 713-0808 or e-mailed to Sandra.Shaffner@noaa.gov. Responses shall not exceed more than twenty five(25) pages including a letter of transmittal. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. Each response shall address the approach to perform and manage the work, past performance that is relevant and high quality, and price to perform.
- Record
- SN00848118-W 20050717/050715211839 (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 |