Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2007 FBO #2071
SOLICITATION NOTICE

89 -- Detainee housing

Notice Date
7/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, Laguna Administrative Center, 24000 Avila Road 5th Floor, Laguna Niguel, CA, 92677, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FLS070026
 
Response Due
7/31/2007
 
Archive Date
8/15/2007
 
Description
This is a combined synopsis/quotation (RFQ) 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 quotation and a written quotation will not be issued. The Bureau of Immigration and Customs Enforcement is requesting a quotation to provide for overnight housing/hotel services to house detainees for juveniles, women and families at a firm fixed price. Contractors must be able to meet the following Government requirements: 1) Provide clean rooms for overnight housing of detainees, 2) Rooms are to be located on the second floor or higher, no rooms can be located on the first floor, 3) Double beds are required, 4) Contractor must be located within 1 mile radius of Los Angeles Detention, 300 N. Los Angeles Street, Los Angeles, CA 90012, 5) Standard maid service required, 6) Toiletries (shampoo, soap, lotion, toothbrush, toothpaste) are to be provided, 7) No phone service is to be provided, 8) No visiting of outside public is permitted, 9) All meals will be provided by DRO, 10) Detainees will be taken and picked up from hotel by contract security guards or ICE agents, 11) Occupancy of 1-2 persons per room or family members excluding father, which will be housed in a separate room. Period of Performance will be 8/1/2007 through 7/31/2008, with an option of four (4) one year option periods. The quoter shall submit the following for consideration: (1) a narrative addressing the above 11 Government requirements; (2) physical location of structure; (3) unit price per unit per month for the base year and each option year. The Government will award on an all or none basis. FAR 52.212-2 Evaluation-Commercial Items applies with evaluation factors of: (1) ability to meet Government requirements (2) delivery; and (3) price. The following FAR Clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which incorporate the following Clauses: 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 (E.O. 11246); 52.222-35 Affirmative Action for Disabled Veteran 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); 52.225-3 -- Buy American Act ?Free Trade Agreements - Israeli Trade Act 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129); and 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration. Additional FAR clauses applies: 52.217-9 Option to Extend the Term of the Contract (1day, 1 day); 52.232-18 Availability of Funds; 52.232-19 Availability of Funds for the Next Fiscal Year 09/30/2006; Offerors will complete the information in FAR 52.212-3 Offeror Representations and Certifications - Commercial Items and submit their representation and certifications via ORCA at http://orca.bpn.gov in response to this RFQ. The Offeror may obtain the full text of the clauses electronically at web site http://www.arnet.gov/far. Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-18. The North American Industry Classification System Code (NAICS) is 721110; Size Standard is $6 Million. Closing date or response date for this synopsis/quotation is July 31, 2007 at 4:00pm, Pacific Time. Only written responses will be accepted. This is an unrestricted requirement. Responses can be faxed to (949)-360-3013, Attn: Tracy Swilley, or E-mail in MS Word format tracy.swilley@dhs.gov . All responsible sources may submit a quotation, which will be considered by the agency. Oral communications are not acceptable in response to this notice.
 
Place of Performance
Address: 300 N. Los Angeles Street, Room 7631, Los Angeles, CA
Zip Code: 90012
Country: UNITED STATES
 
Record
SN01354472-W 20070729/070727220629 (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.