Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2011 FBO #3407
MODIFICATION

M -- Commercial Facility Management (CFM) - Amendment 4

Notice Date
3/22/2011
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Triangle Service Center (WPZ), 7th & D Streets, SW, Room 7660, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P11ZGC0068
 
Point of Contact
Mrs. Olivia Clark Flowers, Phone: 202-205-5617, Candis Johnson, Phone: 202-205-9375
 
E-Mail Address
olivia.flowers@gsa.gov, candis.johnson@gsa.gov
(olivia.flowers@gsa.gov, candis.johnson@gsa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The purpose of Amendment #A04 is to extend the proposal due date from Wednesday, March 23, 2011 at 2 p.m. EST to Wednesday, April 20, 2011 at 2 p.m. EST. 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 in this notice and file attachments. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. In order to comply with the Debt Collection Improvement Act of 1996, ALL CONTRACTORS must be registered with the Central Contractor Registration (CCR) to be considered for an award of a Federal contract; the web site for registration is www.ccr.gov. Additionally, each offeror must obtain, and provide with their proposal, their nine-digit Dun and Bradstreet (DUNS) number. (i) GS-11P-11-ZGC-0068 is issued as a request for proposals (RFP). A Firm-Fixed Price (FFP) will be procured via The Small Business Administration, Section 8(a) Program. (ii) This solicitation and contemplated contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Full text of all clauses and provisions may be accessed electrically at: www.arnet.gov. (iii) This is a 100% set-aside for The Small Business Administration, Section 8(a) Program small business concerns expressly certified by the Small Business Administration (SBA) for participation in the Section 8 (a) Program is solicited under NAICS 561210. The small business size standard for this NAICS is $32.5M. (iv) Please see section "Supplies or Services and Prices" of the solicitation for the list of contract line item(s) and estimated quantities (including option(s) for this requirement). (v) The contractor shall furnish all the necessary personnel, material, equipment, and services (except as otherwise specified) to successfully perform the required Commercial Facilities Management (CFM) services. Please see attached solicitation for the scope of work and full specifications. (vi) The anticipated period of performance is September 1, 2011 through August 31, 2012 (not including the four (4) one-year option periods). The CFM services will be provided at the following location: Alcohol Tobacco Firearms & Explosives Building 99 New York Avenue, N. E. Washington, DC 20002 (vii) FAR 52.212-1, Instructions to Offerors-Commercial and addendum, applies to this acquisition. (viii) FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. The following factors shall be used to evaluate offers: 1. Prior Experience; 2. Past Performance; and 3. Key Personnel. Technical evaluation factors, when combined, are significantly more important than price. (ix) A completed copy of 52.212-3, Offeror Representations and Certifications-Commercial Items, shall be submitted with proposal if not available through ORCA at: https://orca.bpn.gov/. (x) 52.212-4, Contract Terms and Conditions-Commercial Items and addendum, applies to this acquisition. (xi) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Please see attached solicitation for additional FAR clauses and provisions applicable to this acquisition. (xii) Please review solicitation requirement(s) and terms and conditions and insurance requirements determined necessary for this acquisition. (xiii) All offerors should attend the site visit planned for January 20, 2011. Offerors should meet Christopher McAleer, Building Manager, at the ATF Building's Main Entrance at 9:00 am SHARP. Essential bid documents and building information will be made available during this tour. Please be prepared to attend the site visit in its entirety. For security purposes, there will be no one available to escort anyone to exit the facility prior to completion of the site visit. The Government will not conduct a second tour of this facility. (xiv) All responsible sources may submit feedback and questions to be answered by the agency. All questions and concerns should be submitted by email to Mrs. Olivia C. Flowers, Contract Specialist, by January 27, 2011 at 12 pm Eastern Time via email: olivia.flowers@gsa.gov. Contractors are encouraged to register with the FedBizOpps vendor notification service. (xv) Potential offerors may direct all inquiries pertaining regarding this solicitation in writing to Mrs. Olivia C. Flowers at olivia.flowers@gsa.gov. Telephonic requests will not be honored. (xvi) Offers have been extended and are due at 2 p.m. on April 20, 2011, per Amendment #A04, to the following address: General Services Administration Triangle Service Center, WPMG ACOG, 409 12 th St. SW Suite 700 Washington, DC 20024 General Services
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPZ/GS11P11ZGC0068/listing.html)
 
Place of Performance
Address: Alcohol, Tobacco, Firearms and Explosives (ATF), DC0566ZZ, 99 New York Avenue, N. E., Washington, District of Columbia, 20002, United States
Zip Code: 20002
 
Record
SN02406647-W 20110324/110322234627-3c95c2ecfc48c142878f3ed7554d49bc (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.