Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2007 FBO #1885
SOLICITATION NOTICE

X -- Temporary Housing--Fully Furnished Apartments in Orlando, FL in support of Florida National Guard

Notice Date
1/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
531110 — Lessors of Residential Buildings and Dwellings
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-07-T-0003
 
Response Due
2/20/2007
 
Archive Date
4/21/2007
 
Small Business Set-Aside
Total Women-owned Business
 
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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 20 06-14, effective November 22, 2006. NAICS 531110 small business size standard is $6,000,000.00. Description of requirement: The Florida National Guard requires furnished apartments/dwellings in Orlando, Florida. Performance Requirement: Contractor will pro vide fully furnished apartments/dwellings with all utilities (electric, water/sewage, basic local telephone, basic cable television) provided and weekly maid service. The apartments will be utilized by full time support staff working in Orlando, FL. The pe rformance period will be one year from on or about April 1, 2007 through March 31, 2008, with one option year. Performance Standards: Dwelling will be available for occupancy by the beginning of the performance period; resident complaints concerning utilit ies, property condition, furnishings, etc. no more frequent than one per month. Federal Acquisition Regulation (FAR) provision at 52.212-1, Instruction to Offerors---Commercial, applies to this acquisition. Award will be made based on the offer representi ng a best value to the government using evaluation procedures found in FAR part 13, Simplified Acquisition Procedures (SAP) under FAR Subpart 13.5Test Program for Certain Commercial Items. Provision for Evaluation: In accordance with FAR Subpart 13.106-1 , the Government will consider the following for award: 1) price; 2) Proposed property; 3) Furnishings and utilities package; 4) Reasonably available past performance information that is recent and relevant (see 52.212-1). The Government intends to evalu ate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offerors initial quote should contain the offerors best terms from a cost or price standpoint. Do not assume you will have the opportunity to clarify, discuss or revise your offer. Offerors may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions. T he Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Contract Line Items (CLINs): 0001 Furnished apartments-Orlando, FL SubCLINs: 0001AA qty 15, one-bedroom, one-bathroom apartment; 0001 AB qty 10, two-bedroom, two-bathroom apartment. The Government reserves the right to adjust the number of apartments up or down throughout the performance period as circumstances warrant. The following clauses and provisions apply to this acquisition: FA R 52.204-1 Approval of Contract (by local legal advisor); FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 Offerors Representations and Certifications - Commercial Items ALT I; FAR 52.212-4 Contract Terms and Conditions - Commercial I tems; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following applicable clauses in paragraph (b) FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disab led Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; F AR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.232-36 Payment by Third Party, 52.222-41 -- Service Contract Act of 19 65, as Amended, 52.222-42 -- Statement of Equivalent Rates for Federal Hires (see www.wdol.gov for wage determinations); 52.217-5 -- Evaluation of Options; 52.217-9 -- Option to Extend the Term of the Contract (not to exceed two years); FAR 52.219-9 Total Small Business Set Aside; 52.2 46-4 -- Inspection of Services -- Fixed-Price; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil). (This solicitation incorporates one or more solicit ation provisions by reference, with the same force and effect as is they were given in full text); FAR 52.252-5 Authorized Deviations in Provisions; 252.201-7000 Contracting Officer's Representative; 252.212-7000 Offeror Representations and Certifications- -Commercial Items; DFARS 252.2 04-7004 Required Central Contractor Registration; 252.243-7002 Requests for Equitable Adjustment. Note: The full text of a clause/provision may be accessed electronically at: http://farsite.hill.af.mil. Submittal requirements : Offerors shall submit quotations including information required by the applicable provisions which outline the following: 1. prices for CLIN/SubCLINs (base year and option year) broken down into monthly charges per apartment, as well as a statement addre ssing early termination charges and additions. This statement of addition prices should address what prices will be if apartments are added during the period of performance with the same end date of performance. For instance, if an apartment is added wit h eleven, ten, nine, eight, seven, six, five, four, three, two or one months remaining in the performance period, include a statement of the price for that apartment for that period of time; 2. Proposed property information ((location, condition, crime rat e of area) acceptability is subject to the determination of the Contracting Officer. Note-offerors may propose multiple properties) 3. furnishings and utilities package (furniture, kitchenware, cable tv, etc including statement of scope of maid service; 4 . Reasonably available past performance information that is recent and relevant (see 52.212-1); 5. completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications Commercial Items OR statement of completed Online Represen tation and Certifications Application (ORCA) at www.bpn.gov and completed copy of provision at DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. Additional Information for Offerors: The Florida National Guard currently cont racts for these services. The incumbent contractor utilizes the following properties: Cypress Lakes at Waterford, 12013 Lake Cypress Circle, Orlando, FL and Tortuga Bay at Waterford, 12969 Mallory Circle, Orlando, FL. The Government prefers to use these complexes but will consider alternate complexes in the same area. Offers are due February 20, 2007, 5:00 PM EST. Oral quotations will not be accepted. Faxed offers must be readable to be considered. Fax offers to (904) 823-0512 attn: Brian Williams. Mail o ffers to USPFO for Florida, Attn: Brian Williams, PO Box 1008, St. Augustine, FL 32085-1008. Physical address delivery address, 189 Marine St., St. Augustine, FL 32084. Email offers to brian.jwilliams2@us.army.mil. Any questions should be addressed to Bria n Williams, Contracting Officer, (904) 823-0567 or email brian.j.williams2@us.army.mil. FedBizOpps Numbered Notes: 1
 
Place of Performance
Address: USPFO for Florida 189 Marine Street, St. Augustine FL
Zip Code: 32085-1008
Country: US
 
Record
SN01216687-W 20070124/070122220714 (fbodaily.com)
 
Source
FedBizOpps 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.