SOLICITATION NOTICE
X -- Lease/Rental for Training Facilities - Attachment A
- Notice Date
- 8/11/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531390
— Other Activities Related to Real Estate
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- HSHQDC-09-Q-00383
- Archive Date
- 9/5/2009
- Point of Contact
- Carmelia Rush, Phone: 202 447-5323, GARY HICKEY, Phone: 202-447-5330
- E-Mail Address
-
carmelia.rush@dhs.gov, GARY.HICKEY@DHS.GOV
(carmelia.rush@dhs.gov, GARY.HICKEY@DHS.GOV)
- Small Business Set-Aside
- N/A
- Description
- Classroom Diagrams The Department of Homeland Security (DHS), Office of the Chief Procurement Officer (OCPO), requires training classrooms and administrative facilities for instruction of the DHS Acquisition Workforce Career Development Programs. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation document will not be issued. (ii) The solicitation number for this requirement is HSHQDC-09-Q-00383 and is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. (iii) This is a full and open procurement. The North American Industry Classification System (NAICS) code is 531390 - Other Activities Related to Real Estate which has a size standard of $2 million. (iv) The Department of Homeland Security (DHS), Office of Procurement Operations (OPO) intends to award a firm fixed priced contract. (v) The Contractor shall provide three training classroom facilities, a storage facility space for the storage of course materials, computers, projectors and printers and an administrative office. The contractor shall provide wireless internet connectivity for up to a total of 60 computer stations. Classrooms shall be configured for six (6) student workgroups of up to six (6) students each or as directed by the COTR and agreed by the Contractor. The contractor shall configure each workgroup to facilitate both course presentation and individual small group exercises. The contractor shall provide each workgroup with standard paper/easels or whiteboards with associated writing materials. Classroom facilities must be within close proximity of break areas and restroom facilities and be within the same building complex of the classroom location. Classroom facilities must be within the Washington D.C. metropolitan area and be accessible by Metro Rail. The Metro Rail stop closest to the classroom location must be no more than one-quarter (1/4) mile walk to the classroom facility. (vi) The objective of this order is to obtain classroom training spaces and administration spaces for the Department of Homeland Security, Acquisition Workforce Professionals, per the diagrams provided in attachment A. Additional classrooms may be provided as agreed to between the Contractor and COTR. Each classroom facility shall be capable of seating a minimum of 36 students to include a projection screen and white board. (vii) Equipment requirements are as follows: - Minimum requirement is one dry-erase white board and a screen for projecting slides. There must be white boards all around the room and six easels with paper. - Internet access is required for 30 computers per room with wireless connectivity. (viii) Other requirements and desires: - Room must have adequate ventilation, temperature control, and lighting. - Parking capability is desired within ¼ mile. - Close proximity (walking distance) to a variety of eateries is desired. - The ideal classroom has windows and two doors: one near the back and one near the front of the room. - Ideally the classroom is a dedicated space so that activities do not have to be interrupted to accommodate night classes. (ix) Administration room size must be approximately 196 square feet (14 x 14) - Room must be capable of holding 2 desks, book shelves and file cabinets for administration operations. - Room must be capable of operating up to 3 Laptop computers and 1 Printer. - Room must be able to be secured/locked by DHS personnel. - Room must comply with Occupational Safety and Health Administration (OSHA) safety standards. (x) Storage room size must be approximately 196 square feet (14 x 14) - Room must be capable of storing 60 Laptop computers, 3 projectors, 3 Printers and student and instructor course materials. - Room must be able to be secured/locked by DHS personnel. (xi) Period of Performance: - The period of performance including options is from September 14, 2009 through September 13, 2010. (xii) The contract line item number (CLIN) structure is as follows: CLIN 0001 Base Period 14 Sep 2009 – 13 Jun 2010 (9 months) Training space for the Acquisition Workforce Training and Professional Development Program as outlined in the description, using the scenario outlined in the attached diagrams with 3 training rooms needed per week for nine months. CLIN 0002 Base Period 14 Sep 2009 – 13 Jun 2010 (9 months) Optional Classrooms shall be capable of seating a minimum of 36 students to include a projection screen and white board. The classroom(s) will be required for a 5 day period. Pricing must be based on providing one classroom for 5 days (Monday - Friday). This CLIN may be exercised more than one time. CLIN 1001 Option Period One 14 Jun 2010 - 13 Sep 2010 (3 months) Training space for the Acquisition Workforce Training and Professional Development Program as outlined in the description, using the scenario outlined in the attached diagrams with 3 training rooms needed per week for three months. CLIN 1002 Option Period One 14 Jun 2010 - 13 Sep 2010 (3 months) Optional Classrooms shall be capable of seating a minimum of 36 students to include a projection screen and white board. The classroom(s) will be required for a 5 day period. Pricing must be based on providing one classroom for 5 days (Monday - Friday). This CLIN may be exercised more than one time. See Attachment A - Classroom Diagrams (xiii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addendum has been attached to this provision: Offerors’ must address each of the technical requirements outlined in sections “v - xi”. Offerors’ submissions must include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Offerors must submit the name and contact information of at least two relevant past performance references. Each Offerors shall submit Pricing as a separate document that may include the format shown in section (xii). Fixed monthly or 5 day period (Monday - Friday) rates shall include all costs and fees. (xiv) The provision at 52.212-2, Evaluation – Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Past Performance and 2) Site Visit. Contractors will be technically evaluated based on their adherence to the requirements set forth in Sections (v - xi). Past Performance and Site Visit, are of equal importance. When combined the technical factors are significantly more important than price; however as proposals become more technically equal, price could become a determining factor. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (xv) FAR 52.212-3 Offeror Representations and Certifications—Commercial Items. The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the Online Representation and Certification Application (ORCA) at least annually as of January 1, 2005. The offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the response due date and submit a copy with your offer. (xvi) The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (xvii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.203-6 Restrictions on Subcontractor Sales to the Government – Alt. I (OCT 1995), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (DEC 2008), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Item (JAN 2009); 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor – Cooperation with Authorities and Remedies (FEB 2008), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEPT 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003); (xviii) The following additional clauses are cited: 52.204-7 Central Contractor Registration (APR 2008); HSAR 3052.209-70 Prohibition on contracts with corporate expatriates; 3052.242-72 Contracting Officer’s Technical Representative. Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM (xix) Rating under the Defense Priorities and Allocations System (DPAS) – N/A. (xx) Any requests for additional information or explanations concerning this document must be received no later than Friday, 14 August 2009 at 10:00 a.m. Eastern Standard Time (EST). Quotes are due no later than Friday, 21 August 2009 at 10:00 a.m. (EST) and must be submitted electronically (via email) to the individuals noted in section “xxi”. Site visits will be scheduled the week of August 24th, 2009. (xxi) For more information regarding this solicitation please contact Carmelia Rush, Contract Specialist, (202) 447-5323 / Carmelia.Rush@dhs.gov or Gary Hickey, Contracting Officer at (202) 447-5505 / Gary.Hickey@dhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-09-Q-00383/listing.html)
- Place of Performance
- Address: Contractor Facilities/NCR, United States
- Record
- SN01906638-W 20090813/090811235724-d0f92f99db2d7939fd0d6b0df337fdbc (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 |